Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SPECIAL NOTICE

65 -- Sets, Kits, and Outfits

Notice Date
6/27/2023 8:13:54 AM
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
 
ZIP Code
21702
 
Solicitation Number
HT9425-23-MT-0001
 
Response Due
7/24/2023 11:00:00 AM
 
Archive Date
08/08/2023
 
Point of Contact
MATTHEW TEEL
 
E-Mail Address
matthew.d.teel.civ@health.mil
(matthew.d.teel.civ@health.mil)
 
Description
� � � � � � � � � � � � � � � � � � � �REQUEST FOR INFORMATION (RFI) � � � � � � � � � � � � � � � � � � � � � � � � � � � �HT9425-23-MT-0001 Amendment 01: Update certain sections of the RFI and Attachment 01. 1.0 RFI TITLE: Sets, Kits, and Outfits Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract� 2.0 AGENCY: United States Army Medical Materiel Development Activity (USAMMDA) 3.0 OFFICE: Medical Field Systems (MFS) ***Updated per RFI Amendment 01*** 4.0 LOCATION: Contractor Site 5.0 SUBJECT: The MFS Project Management Office (PMO) of the United States Army Medical Materiel Development Activity (USAMMDA) is conducting market research to determine whether a commercial solution can be provided to meet requirements to procure Sets, Kits, and Outfits (SKO) components, including Associated Support Items of Equipment (ASIOE) and other non-Line Item Number (LIN) support equipment; label, assemble and pack the components into approved USAMMDA SKO configurations. This market research may also assist with the further development and/or refinement of the requirements.�***Updated per RFI Amendment 01*** 6.0 DISCLAIMER: In accordance with Federal Acquisition Regulation (FAR) 15.201 ""Exchange with industry before receipt of proposals,"" this RFI is for information and planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the USAMMDA, U.S. Army Medical Research Development Command (USAMRDC), or collaborative Department of Defense (DoD) activities. Neither unsolicited proposals nor any other kind of offer will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. In keeping with the standards of FAR Part 10, the Government may request additional information from responders. Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. All information received in response to this RFI or any follow-up information request that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained. 7.0 DESCRIPTION: The MFS PMO of the United States Army Medical Materiel Development Activity (USAMMDA) anticipates a requirement to solicit and award a Multiple-Award Indefinite Delivery Indefinite Quantity (IDIQ) contract available for use by all the USAMMDA directorates to include its worldwide activities supporting the U.S. Army Medical Research and Development Command (USAMRDC), the U.S. Army Medical Command (MEDCOM), and the Department of Defense (DoD) Medical mission. This requirement is needed to continue support of USAMMDA�s SKO requirement to supply medical, surgical, pharmaceutical, dental, laboratory, veterinary equipment and material sets for the U.S. Army medical units, nonmedical units, and medical support programs. These units and support programs include but are not limited to the U.S. Army Active, Reserve, National Guard Components; Army Prepositioned Stocks program; and Foreign Military Sales program. Attachment 01 provides further details on the description and estimated scope of this effort. Potential vendors may use Attachment 01 to assist in formulating their capability statements. Please note that Attachment 01 is an example only and may not reflect the final requirements (subject to change by the Government).�***Updated per RFI Amendment 01*** 8.0 SUBMISSION INSTRUCTIONS: Entities interested in submitting a response must furnish a comprehensive and fully integrated Capability Statement and references. The subject header of the email for submission of questions and/or the RFI response shall be: �HT9425-23-MT-0001-USAMMDA-Sets, Kits, and Outfits�. All information regarding capabilities statements or any other proprietary information relative to this RFI shall be marked appropriately. Submission should include the following information: 8.1 CAPABILITIES STATEMENT The tailored capability statement shall address, with appropriate documentation, a narrative that demonstrates experience, knowledge of, and participation of the tasks described in this RFI supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated to deliver technical capability, organizations should address the administrative and management structure of such arrangements.� 8.2 PAST PERFORMANCE A list (with brief descriptions) of at least three (3) government or commercial contracts over the last five (5) years that demonstrate relevant experience in similar size, scope, and complexity for all contractors included in the capability statement. The experience discussion should identify whether the interested vendor was the prime or subcontractor. The past performance descriptions are limited to one page per contract description. 8.3 CONTACT INFORMATION Organization name, address, email address, Web site address, telephone number, business size and type of ownership for the organization under NAICS code 339112. 9.0 SUBMISSION CONTACT INFORMATION:� Interested entities shall forward submissions to Matthew Teel at matthew.d.teel.civ@health.mil no later than 2:00 P.M. EDT, 07 July 2023. Telephonic communication will not be considered as submission nor receive response. Responses shall be limited to five pages, answer the questions posed in Section 8.0, complete Attachment 01 and Attachment 02, and submit all responses via e-mail only. The font shall be Times New Roman, size 12, single space. Electronic files shall not exceed 3 MB. All submissions become Government property and will not be returned. 10.0 ATTACHMENTS: Attachment 01 provides details on the description and estimated scope of this effort. Potential vendors may use Attachment 01 to assist in formulating their capability statements. Please note that Attachment 01 is an example only and may not reflect the final requirements (subject to change by the Government). Attachment 02 must be filled out and submitted by each interested vendor in their response to this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/168627e34f1d4b16a1b6f69a37b1a859/view)
 
Place of Performance
Address: Frederick, MD 21701, USA
Zip Code: 21701
Country: USA
 
Record
SN06728992-F 20230629/230627230041 (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.