SOURCES SOUGHT
R -- Program Management and Program Support services for the Bureau of Medicine and Surgery
- Notice Date
- 1/31/2013
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018913RZ039
- Response Due
- 2/5/2013
- Archive Date
- 2/7/2013
- Point of Contact
- Cathy Kelly
- E-Mail Address
-
<!--
- Small Business Set-Aside
- Total Small Business
- Description
- This is a sources sought notice to determine the availability of potential small business sources capable of providing services to the Bureau of Medicine and Surgery (BUMED), Falls Church, VA in support of two BUMED programs: Warrior Care and Wounded, Ill and Injured (WII) initiatives and the Post Deployment Health Reassessment (PDHRA) program. Required services include project management and program support services for the Warrior Care and Wounded, Ill and Injured (WII) initiatives and project management support services for the Post Deployment Health Reassessment (PDHRA) program. Support of the first program, the Wounded, Ill and Injured initiative aspect of the requirement, BUMED requires sustainment, analysis and administrative headquarter level support of Wounded, Ill, and Injured Warrior funding and programs. These programs support the BUMED headquarters initiative to improve prevention, and treatment of combat related injuries and illnesses, Psychological Health (PH) conditions and Traumatic Brain Injuries (TBI) for Navy and Marine Corps active duty service members during and following routine deployments. Further, certain services offered to service members and their families for rehabilitation and reintegration require ongoing administrative management and analysis services. The contractor ™s program sustainment, analysis, and administrative support activities shall encompass both the administrative and clinical aspects of the Wounded Warrior and PH/TBI initiatives from a program perspective, with specific tasks to be accomplished falling into five general categories: a) support of existing programs; b) evaluation and start-up support for proposed programs; c) project status reporting and performance and metric tracking/trending; d) internal and external liaison functions and e) assistance in marketing programs. Services under the instant requirement include a focus on both business and project management functions along with fiscal and clinical aspects (programmatic level of clinical aspects as opposed to medical treatment facility staffing level support) of the Warrior Care and WII initiatives provided by Contractor staff with experience in both the mental healthcare field and business disciplines, including proven experience managing funds and programs pertaining to the Global War on Terror, care for the Wounded, Ill, and Injured, and Congressional Special Interest funds and projects. Support of the second program, PDHRA, project management functions include sustainment and improvement of the PDHRA program for active and reserve components of the Navy and Marine Corps and providing outreach and education on post-deployment services. Key objectives include maintaining program continuity, providing ongoing program support to the field commanders, PDHRA program compliance, monitoring the program and measuring effectiveness, and analyzing data components. Contract project management support services are required at various locations, both CONUS and OCONUS to include: BUMED and Headquarters Marine Corps Health Services, Falls Church, VA ; Commander, Fleet Forces Command, Norfolk, VA; Marine Expeditionary Forces (MEF I), Camp Pendleton, and Twentynine Palms, California; Marine Expeditionary Forces (MEF II) Camp Lejeune, North Carolina; Marine Expeditionary Forces (MEF III) Okinawa, Japan; and Marine Forces Reserve, New Orleans, Louisiana. A firm fixed price contract is anticipated that will consist of a one year base period and two, one year option periods. The North American Industrial Classification System (NAICS) code for this acquisition is 541611 and the standard is $14 million. Offerors possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this sources sought notice via the submission of an executive summary, no more than three (3) pages in length. The submission should include the following information: 1) company name, address, point of contact with corresponding phone number and e-mail address and business size/designation and 2) relevant corporate experience information. Relevant corporate experience information is defined as experience (within the past five years) that is of the same or similar to the services described herein. Scope for the Wounded Warrior program initiatives includes development of tasks for up to 120 projects, development of criteria for review and approval of projects, reporting /tracking of tasks, liaison functions and marketing aspects of the program combined with the complexity of including the medical program focus associated with the program support functions as identified above. PDHRA scope includes the overall management and coordination of a large scale program such as PDRHA, monitoring of program for effectiveness and improvement, development of standard operating procedures, reporting and analyzing data to provide effective tracking. This relevant corporate experience should identify the applicable contract number, total number of FTE (with breakdown of FTE and labor categories for each of the two programs identified), contract period of performance, description of the relevant services provided and a customer point of contact with corresponding telephone number and e-mail address. All submissions are required to be submitted via e-mail to cathy.kelly@navy.mil no later than 1:00pm (local time/Philaldephia, PA) on 05 Feb 2013. Please direct any questions concerning this sources sought synopsis to Cathy Kelly at cathy.kelly@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018913RZ039/listing.html)
- Record
- SN02976653-W 20130202/130131234331-4db0e5bb03f171707f5f806e41fbe380 (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 |