Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 04, 2016 FBO #5460
SOURCES SOUGHT

R -- Request for Information/Sources Sought-Neuro-Cognitive Assessment Testing (NCAT) - Performance Work Statement

Notice Date
11/2/2016
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-17-R-NCAT
 
Archive Date
12/3/2016
 
Point of Contact
Joe Watson, Phone: 210-221-4005
 
E-Mail Address
joe.e.watson2.civ@mail.mil
(joe.e.watson2.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Draft Performance Work Statement-Neuro-Cognitive Assessment Testing (NCAT) The U.S. Army Medical Command (MEDCOM), Health Readiness Contracting Office (HRCO) on behalf of the Department of the Army, has developed this Request for Information (RFI) to solicit market research information from industry to assist with analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. The current requirement was solicited under a competitive set-aside under the Small Business Administration's 8(a) Business Development Program. 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 HRCO 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 the RFI are only being sought from vendors that are in the 8(a) program. 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 contractor dedicated resources for the MEDCOM in support of the Neuro-Cognitive Assessment Testing (NCAT) Program Office. The NCAT Program is an existing Department of Defense (DoD) program designed to provide baseline neuro-cognitive testing to deploying service members of the Army, Navy, Air Force and Marines. A draft Performance Work Statement (PWS) is attached to this announcement. The Government desires that respondents offer their experience and recommendations on the following questions and issues related to the NCAT requirements of the DoD. When addressing these items, respondents should consider the size and scope of the requirement, which includes providing services at the Military Treatment Facilities (MTFs), listed in Exhibits C, D, and E. 1. What are the commercially available neuro-cognitive assessments that can be administered both individually and in group settings? 2. What is the industry practice for a quality control plan to ensure quality results when testing in groups and individually? What does your company provide? What are the benefits of your approach? 3. Are there any issues in the commercial marketplace that the Government should be aware of i.e. other testing types, market conditions, or alternatives to computerized testing that can be given in a group setting? 4. Is there a national organization that governs and provides policy and procedures for neuro-cognitive assessments? 5. Does your business perform these types of services under any Federal Supply Schedule? If so what is your schedule number? 6. Are there any available subcontracting opportunities? 7. Can this requirement be firm fixed price? If not what are the recommended contract types (cost, time and materials)? 8. Are there generally used industry pricing arrangements for these types of services? If so, please provide them. 9. What types of positions are typically used to perform these types of services (e.g., clerk, computer operator, computer support technician)? 10. Please provide a description of your experience with providing the required service. Indicate whether you have provided these services at CONUS and/or OCONUS locations. 11. Does the attached Performance Work Statement and Exhibits provide sufficient detailed information for your company to have a clear understanding of the requirement? 12. Are there any new standards for this particular testing being conducted in the commercial market? 13. Is your business Central Contractor Registered (CCR) and current in the database? 14. Is your business in the 8(a) program? If so, please list your start and exits dates. What is your company size and category i.e.; Small Business, HUBZone, 8a under the proposed NAICS code 541611? Respondents to this RFI should describe their interest and ability to perform the requirements summarized within this notice. Responses should address the company's experience in providing similar services to medical facilities including commercial, military, or other federal Government hospitals and treatment facilities. When describing this past experience, a brief description of the size, scope, and complexity of the requirement and the contracting vehicle should be provided. To be of greatest value, responses should address the aforementioned questions and issues. Responses should contain Company Name, Address, Point of Contact, Phone Number, Fax Number, CAGE Code, Size of Business pursuant to NAICS code 541611 (size standard $15,000,000) and GSA contract number, if any. Reponses should be e-mailed to the point of contact identified in the below section. Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten (10) 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, November 18, 2016. No faxes, courier delivered, or telephone inquiries/submissions will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-17-R-NCAT/listing.html)
 
Place of Performance
Address: Health Readiness Contracting Office, ATTN: MCAA-C-PA, Bldg 4197, 2199 Storage Street, Suite 68, Fort Sam Houston, Texas, 78234-5068, United States
Zip Code: 78234-5068
 
Record
SN04318448-W 20161104/161102234252-98fece5e85359a295557054005575358 (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 |
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.