SOURCES SOUGHT
Q -- Air Force Expeditionary/Contingency Medical Materiel Support Services
- Notice Date
- 8/16/2012
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68, Fort Sam Houston, TX 78234-5074
- ZIP Code
- 78234-5074
- Solicitation Number
- W81K04-12-R-0053
- Response Due
- 8/30/2012
- Archive Date
- 10/29/2012
- Point of Contact
- David D. Robledo, 2102215490
- E-Mail Address
-
Center for Health Care Contracting
(david.robledo2@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Medical Command (MEDCOM), Center for Health Care Contracting (CHCC), on behalf of the Air Force Medical Operations Agency, Medical Logistics Division (AFMOA/SGAL), has developed this Request for Information (RFI) to solicit market research information from industry to assist the Government with analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication the CHCC will contract for the items contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. The Government's requirement is to obtain a non-personal services contract in support of the Air Force (AF) Program entitled AF Expeditionary/Contingency Medical Materiel (ECMM). The AF ECMM consists of the following components: AF ECMM Medical Manpower, Equipment Packaging Responsible Agencies (MRA) and Combatant Commander's (COCOMs) capability requirements; Humanitarian Relief Operations (HUMRO), Consequence Management (CM), including Pandemic Influenza and disaster response operations with sustainment and maintenance directly driving a possible deployment of ECMM assemblages for real world and exercise scenarios. The contractor services will be provided at Department of Defense (DoD) Reserve Component Installations in the Continental United States (CONUS) and Outside the Continental United States-Pacific (OCONUS-P) Theater of operations. It is anticipated that any resultant contract(s) that might result from this survey would have a period of performance from 01 July 2013 through 30 June 2014 and will have four option years. The North American Industrial Classification System (NAICS) code is 541614, Process, Physical Distribution, and Logistics Consulting Services; and the small business size standard is $14.0M. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to this requirement. (1) Is NAICS code 541614 the appropriate code for this requirement? If not, what do you feel would be the appropriate code? (2) Is there a particular CLIN structure that is preferred (i.e., by task, location, FTE, etc.)? What type of contract is typically used for this kind of service (i.e., Firm Fixed Price, IDIQ, Cost, etc.)? (3) Is there a standard rate for these services? (4) Do you have a catalog or other published product literature on these services? If so, please provide this information. (5) Are there any innovative approaches used by your company that can be applied to this requirement? (6) What makes your company a market leader? (7) Who are some of your customers (past and present) for this type of service? Please include contract numbers if the work performed was for the government. (8) What kinds of quality control methods are commonly used? (9) What is the business size of your company (small business, SDB, SDVOSB, Hubzoned, 8a, Large, etc)? If you are 8a eligible, please provide current status regarding your scheduled graduation date from the 8a program under this NAICS code. (10) Do you currently hold a GSA contract or any other type of federal contract that would cover the type of services requested in the attached PWS? If so, please list your contract number and the contact information for the Contracting Officer assigned to your contract. (11) Please explain your familiarity with the Defense Medical Logistics Standard Support (DMLSS) Automated Information System (AIS)? (12) The requirement will include the submittal of a Transition Plan - what do you consider as appropriate time for Transition (e.g., 60-days, 90-days)? (13) Discuss any concerns you may have with the attached draft performance work statement (PWS) and provide input to improve the PWS (e.g., commercial standards and practices). (14) Respondents to this RFI should describe their interest and ability to perform the requirements summarized within this notice. Responses should contain Company Name, Address, Point of Contact, Phone Number, Fax Number, CAGE Code, Size of Business pursuant to NAICS code 541614 (size standard $14,000,000) and GSA contract number if applicable. Please submit all responses through e-mail to the point of contact identified in the section below. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of seven (7) pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses should be submitted no later than 3:00 PM CDST, Aug. 30, 2012. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Center for Health Care Contracting POCs Contract Specialist: David Robledo, 210-221-5490 david.robledo2@us.army.mil Contracting Officer: Ms. Annabel Rivera, 210-295-4357 annabel.rivera@amedd.army.mil Contracting Office Address: Center for Health Care Contracting ATTN: MCAA-C-PA, Bldg 4197 2199 Storage Street, Suite 68 Fort Sam Houston, TX 78234-5074 Enclosure - Performance Work Statement PWS Exhibits and Attachments: Exhibit A - Part II CONUS Workload - ECMM MRL Exhibit B - Part III CONUS Workload - ECMM MRL Exhibit C - Part III CONUS WRM Exclusions (MTFs w/BW/CW and Anti-Malaria Only Accts) - ECMM MRL Exhibit D - Part II OCONUS-P SME Theater Spt Svcs MRL - Installation WRM Assets Exhibit E - AFMS Allowance Standards Listing Exhibit F - Performance Requirements Summary (PRS) Attachment 1 - Part I - FY08 Historical Workload Production Plan Attachment 2 - Part I - FY09 Historical Workload Production Plan Attachment 3 - Part I - FY10 Historical Workload Production Plan Attachment 4 - Part I - FY11 Historical Workload Production Plan Attachment 5 - Historical Manning Information
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-12-R-0053/listing.html)
- Place of Performance
- Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68 Fort Sam Houston TX
- Zip Code: 78234-5074
- Zip Code: 78234-5074
- Record
- SN02843525-W 20120818/120817001310-a15fe80ab5a2728bb87b7673766e3159 (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 |