Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2022 SAM #7435
SOURCES SOUGHT

R -- "CLINICAL RESEARCH INFRASTRUCTURE FOR 59TH MEDICAL WING, JOINT BASE SAN ANTONIO?LACKLAND "

Notice Date
4/7/2022 8:42:09 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W4PZ USA MED RSCH ACQUIS ACT FORT DETRICK MD 21702-5014 USA
 
ZIP Code
21702-5014
 
Solicitation Number
DMA-22-0123
 
Response Due
4/15/2022 9:00:00 AM
 
Point of Contact
Dawn M. Albertini, Phone: 3016192269
 
E-Mail Address
Dawn.M.Albertini2.civ@mail.mil
(Dawn.M.Albertini2.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Information (RFI) The U.S Army Medical Research Acquisition Activity (USAMRAA) in support of the US Air Force is seeking information in the form of capabilities statements and availability from capable small business contract holders only.� Only submissions by small businesses will be accepted by the Government.� Any submission by a contractor that is not a small business will not be considered for this RFI. In an attempt to promote full and open competition and seek competitive quotes, USAMRAA is issuing a Request for Information (RFI) to seek small businesses under the North American Industry Classification System (NAICS) Code - 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) Standard Size number of employees 1,000; Product and Service Code (PSC): R499 System for Award Management (SAM) registration is mandatory (www.sam.gov).� This RFI is for fact-finding and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential small business sources in support of the Government�s requirements in accordance with the attached DRAFT Performance Work Statement (PWS).� The DRAFT PWS is subject to change prior to a formal solicitation release.� The Government reserves the right to decide whether or not a small business set-aside is appropriate based on responses to this notice.� Contractors are encouraged to inform the Government of any barriers that would prohibit them from competing.� Contact with Government personnel, other than those specified in the RFI, by potential offerors or their employee�s regarding this requirement is not permitted.� Responses to this RFI shall include the appropriate contract vehicle information, such as type of contract vehicle, business size, NAICS Code.� At a minimum, the following information is requested: (1) Capability Statement, (2) Company Cage Code, DUNS, CCR registered, name, address, point of contact and their telephone number and e-mail address; (3) Any small business status (8(a), HUB Zone, Service Disabled Veteran Owned Small Business (SDVOSB), women-owned, etc.); (4) Indicate which NAICS code(s) your company usually performs under for Government contracts. Vendors are encouraged to submit the following highly desirable information in response to this RFI:�� The Capability Statement should include general information and technical background describing your firm's experience within the last three to five years specifically with contracts similar in scope, complexity and size to meet the program objectives in accordance with the Draft PWS.�� If the capabilities statement includes a discussion on Federal Government relevant performance based experience, provide the applicable contract and task order number, final contract price, and project location with a brief description of the project. For the Sample Task listed below, provide capabilities that support the amount of relevant corporate experience, relevant experience which support and substantiate that the organization (to include support contractors, consultants, key personnel, and business partners) has current capabilities for assuring performance of this requirement. Experience shall show:� (a) Appropriate mix and balance of education and training of team members and (b) Quality and effectiveness insofar as the allocation of personnel and resources. SAMPLE TASK:� Clinical Research Administrator � Work closely with the Institution�s Human Protection Administrator (HPA) to ensure that all human subjects research meets all relevant Federal and DoD requirements.� This includes contractor company having an active Federal-wide Assurance (FWA) associated with a DoD institution (e.g., 711 Human Performance Wing) listed on the United States Department of Health and Human Services website. Clinical Research Administrator � Works with the HPA, protocol support staff, and investigators in preparing protocols to go through the IRB process.� This includes contractor company having an active IRB number associated with a DoD command (e.g., Air Force Research Lab) listed on the United States Department of Health and Human Services website. Clinical Research Molecular Scientist � Abstracts research data elements from electronic systems such as MHS Genesis in accordance with research protocol and enter these data into spreadsheets, databases, and/or statistic software. Clinical Research Coordinator � Coordinates with Principal Investigators and their research staff on completion of follow-up administrative actions required by regulatory committees, such as the San Antonio Institutional Review Board (IRB) or the 59 MDW IACUC, for new protocols. If your firm is capable of providing the requirements described in the DRAFT Performance Work Statement (PWS), (specific Task listed above are required to show relevant experience for this RFI), provide a Capability Statement to Ms. Dawn Albertini at Dawn.M.Albertini2.civ@mail.mil. �A vendor responding to this RFI with generic material only, such as brochures, advertisements or other generic material, is highly discouraged. No questions will be entertained at this time. The Government is contemplating award of a standalone contract to fulfill this requirement.� However, the Government may choose to award using the Defense Health Agency (DHA) OMNIBUS IV contract vehicle. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Should your firm desire to submit a capability statement, it should demonstrate the Offeror's experience and expertise to provide the services identified in the draft PWS within the period required. Parties may begin submitting responses to this request for information immediately. If the information provided contains propriety information, such information must be clearly identified with appropriate disclaimers.� Capability Statements in Microsoft Word for Office 2007 compatible format are due no later than 15 April 2022 at 12:00 PM ET. RFI Responses shall be limited to eight (8) pages, not including cover and administrative pages and submitted via e-mail to dawn.m.albertini2.civ@mail.mil. Responses shall be written using a 10-point font size or larger. Statements should not exceed 8 pages in length, excluding cover and administrative pages. The subject line of the email should read as follows �DMA-22-0123� Maximum participation by small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns is encouraged. THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/69c7229701dc489b9925e528cf9f75f9/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN06292765-F 20220409/220407230104 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.