SOURCES SOUGHT
R -- A7AS SERVICES/PERSONAL SERVICES
- Notice Date
- 3/23/2007
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA8900-07-R-6001
- Response Due
- 4/2/2007
- Archive Date
- 4/17/2007
- Description
- PKAC Request for Information (RFI) Date: 23 MAR 2007 THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. This RFI is issued for the purpose of developing a viable solicitation that will best communicate the Government's requirements to industry. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. GENERAL INFORMATION. 311 HSW/PKAC, Brooks City-Base, TX, is planning to contract for an Advisory and Assistance (A&AS) and Personal services contract to accomplish the work described in the attached DRAFT Performance Work Statement (PWS). The award will be issued as one Indefinite Delivery/Indefinite Quantity (IDIQ) contract using NAICS code 541990 ? All Other Professional, Scientific and Technical Services. The small business size standard associated with this NAICS code is $6.5M. We are considering issuing this requirement under the 8(a) program. Task orders under this contract will be Firm Fixed Price (FFP) with a cost-reimbursable CLIN for Travel. We anticipate a one year effort with Performance at Brooks City-Base, TX. Central Contract Registration (CCR) will be mandatory for any resultant contract award. (see CCR website at www.ccr.gov). Request comment from interested parties to the following questions: 1. Do you qualify under the 8(a) program? 2. Would you be interested in submitting a proposal considering the anticipated scope of work? If not, why? 3. Do you have sufficient experience in the anticipated scope that would allow the evaluator to assess your capability? If not, please explain. 4. What is the minimum and maximum dollar value project on which your firm would routinely consider submitting a proposal? 5. What maximum capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality? 6. What are the most critical criteria that would distinguish one company?s capabilities from another? Explain 7. For Market Research purposes, we may request a capabilities briefing to demonstrate capability of being able to provide the services described in the Performance Work Statement (PWS). 8. Since Travel will be on a cost-reimbursable basis, does your company have an approved accounting system? 9. Do you see any issues/problems with a PWS for both personal and non-personal services? 10. Do you have any other comments or suggestions that you would like to share with us? Please include the following with your response: name and address of firm; size of business; point of contact and telephone number, average annual revenue for past 3 years and applicable NAICS codes under the 8(a) program. Please e-mail responses to dianna.saenz@brooks.af.mil no later than 02 Apr 07. Since this is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals, if and when issued, will be available on the Internet at FedBizOpps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. Contracting point of contact can be reached by voice at (210) 536-6309. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Please note that official information will be provided only by the Contracting Officer or the Buyer. Any information received from other sources should not be relied upon as official. DRAFT PERFORMANCE WORK STATEMENT (PWS) for Administrative and Medical Support for the United States Air Force School of Aerospace Medicine (USAFSAM) Basic Contract No. TBD 1.0 INTRODUCTION: This effort includes Advisory & Assistance Services (A&AS) and Personal Services and activities to be performed by the contractor in support of USAFSAM. The contractor shall provide support services and assistance in areas required to accomplish the work described in this Performance Work Statement (PWS) and fulfills the requirements of this 1 -Year Indefinite Delivery/Indefinite Quantity contract. The scope of support for this PWS is to provide administrative, medical, clinical, and research studies support for the Aerospace Medicine Branch, the Internal Medicine Branch, Ophthalmology Branch, and the Neuropsychiatry Branch of the Aeromedical Consultation (ACS) division, International and Expeditionary Medical Education, SAM Administration & Education, Information Technology and Medical Information Systems. The USAFSAM supports and assists other functions to include other 311th Human Systems Wing, Air Force Special Operations Command, Air Force Material Command, Air Force Research Laboratory to accomplish their mission. The services requirements will be issued either on a non-personal basis or personal basis as identified on the PWS. 2.0 DESCRIPTION OF SERVICES: The tasking to be accomplished under this contract shall accomplish functional support in aerospace consultation services, aerospace medicine, internal medicine, ophthalmology, neuropsychiatry, international medical operations, information technology, medical information systems, advanced distributed learning, curriculum development, financial and administration services to include starting new initiatives that are performed at USAF School of Aerospace Medicine. The contractor shall provide the necessary personnel, materials, equipment and facilities to accomplish the following services described below. 2.1 Administrative and Functional Support: The contractor shall provide Advisory & Assistance services to assist in the Education and Administration for the School of Aerospace Medicine. The goals of this type of support must be consistent with the 311th Human System Wing Director?s Intent. Areas of current interest include: 1) technical budgetary and cost estimating; 2) manpower and personnel analyst; 3) facility operations coordination and managerial assistance; 4) international and expeditionary medicine mission specialists; 5) medical information systems; 6) program and project management; 7) general administrative clerical support; 8) development of lesson plans and classroom support; 9) convention and conference support; 10) residency coordinator; 11) managerial continuing education and certification support; 12) audiovisual technician; 13) logistic management analyst; 14) library assistant; 15) education and training program manager; 16) subject matter experts to support international education and training administration. The contractor shall provide professionally and technically qualified individuals to perform the task specified in each task order in support of USAFSAM. 2.2 Clinical Medical Support/Clinical Research Investigation Studies Support: The contractor shall provide clinical staff to support the hyperbaric medicine, aeromedical and field medical clinical examinations, clinical research studies and clinical medical support to accomplish each of the following functions. 1) administrative, clerical and bio-statistical support; 2) medical care and operations support; 3) special project leader support; 4) animal caretaker support; 5) laboratory, serological, urinalysis, pharmacologist, technologist and technician support; 6) clinical studies and investigations support; 7) clinical hyperbaric nursing support and hyperbaricist; 8) physiological and psychological studies; 9) support for demonstrations of applied technology; 10) optometrist, ophthalmologist, ophthalmic technician, ophthalmology lens fabrication; 11) neurologists; 12) dentists and dental assistants; 13) flight surgeons; 14) cardio pulmonary technician; 15) biomedical equipment technician; 16) aeromedical case manager, aerospace medical specialist, medical assistant, medical records technicians and mental health technician; 17) research technicians; and provide subject matter experts to support clinical studies and technology demonstrations. The contractor shall provide professionally and technically qualified individuals to perform the task specified in each task order in support of USAFSAM. 2.3 Personal Services Requirements: The contractor shall provide Personal Services support to be identified in the individual Performance Work Statement ( PWS). A personal services contract (PSC) is intended to create an employer-employee relationship between the Government and the individual Health Care Provider (HCP). The performance of the individual HCP under the personal Services contract is subject to day-to-day supervision and control by USAFSAM personnel comparable to that exercised over military and civil service health care providers (HCP?s) engaged in comparable work. Any personal injury claims alleging negligence by the individual HCP within the scope of the HCP?s performance of the PSC shall be processed by DoD as claims alleging negligence by DoD military or civil service HCP?s. The PSC does not create an employer-employee relationship between the Government and any corporation, partnership, business association or other party or legal entity with which the individual HCP?s may be associated. Functions may include Hyperbaric Physician, Contract Neurologist, Ophthalmologist, 3.0 SERVICES SUMMARY: To be determined in individual Task Orders. 4.0 GOVERNMENT FURNISHED PROPERTY AND SERVICES: The Government will furnish resources and data on as-required basis to be specified in each respective task order. 5.0 GENERAL INFORMATION: The hours worked will be annotated daily and submitted to the prime contractor with each invoice. A record of the hours worked will be made available at all times to the government contract monitor. Other general information will be specified in each respective Task Order. 6.0 TRAVEL REQUIREMENTS: All travel requirements will be identified in each respective task order. Given the nature of the work, there might be a need for the contractor to travel away from the contractor?s office in support of USAFSAM clinical and administrative operations. If this travel is required, all travel costs will be based on the current Federal Travel Regulations and/or Joint Travel Regulations (FTR/JTR). All travel costs will be on a cost reimbursable basis with no fee. 7.0 SECURITY: Contract personnel require a minimum of a NAC/SF85 for any position that requires access to the INTERNET, AUTOMATED SYSTEM or unescorted entry into restricted or controlled areas. The investigation is not for a security clearance; it is for a POSITION OF TRUST. This is a mandatory requirement listed in DOD 5200.1-R and AFI 31-401 Info Security. The contractor shall notify PROGRAM OFFICE, when the NAC has been initiated and completed. 8.0 REPORTS & DATA REPORTING REQUIREMENTS: Reports, data and other documentation will be submitted in contractor format. All Contract Data Requirements will be identified in each respective task order. 9.0 CONTINUATION OF ESSENTIAL DEPARTMENT OF DEFENSE (DOD) CONTRACTOR SERVICES DURING CRISIS: The performance of these services is not considered to be mission essential during time of crisis. Should a crisis be declared, the Contracting Officer or his/her representative will verbally advise the Contractor of the revised requirements, followed by written direction and identified in each individual task order. 10.0 APPLICABLE DOCUMENTS: The following documents of issue are in effect on the date of the Request for Proposal (RFP) release. They form part of this PWS to the extent specified herein and apply as referenced in each individual Task Order. Additional documents may be identified as specified by each individual Task Order. 10.1 Military Standards/Specification-As specified in each individual Task Order. 10.2 Public Laws and Statutes-The contractor shall comply with the latest issue or version (including all changes and amendments) of federal, state and local statutes or other regulations in effect on the date of issuance of the individual Task Order(s), unless otherwise noted.
- Place of Performance
- Address: 2510 Kennedy Circle, Bldg 150
- Zip Code: 78235-5115
- Country: UNITED STATES
- Zip Code: 78235-5115
- Record
- SN01258024-W 20070325/070323222434 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |