Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2018 FBO #6092
SOURCES SOUGHT

99 -- OTSG Antibiotic Study - Performance Work Statement (PWS)

Notice Date
7/27/2018
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-18-R-ABSS
 
Archive Date
8/28/2018
 
Point of Contact
Andrew Graham, Phone: 2104662232, Angelic Hatcher, Phone: 210.466.2277
 
E-Mail Address
andrew.s.graham6.mil@mail.mil, angelic.m.hatcher.civ@mail.mil
(andrew.s.graham6.mil@mail.mil, angelic.m.hatcher.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) SOURCES SOUGHT SYNOPSIS INTRODUCTION: This Sources Sought Synopsis is a means of conducting a market research to identify parties having an interest in and the resources to support the requirement for a non-personal services contract to implement the results of the Phase III Small Business Innovative Research (SBIR) contract entitled "Cohort Builder and Data Visualization for the Pharmacovigilance Defense Application System (PVDAS) to Perform Healthcare Quality Assurance and Comparative Health Effectiveness Research and Drug Utilization Monitoring" for the Pharmacovigilance Center (PVC). This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought Synopsis. This office does not intend to award a contract on the basis of this Sources Sought Synopsis or reimburse respondents for information solicited and provided. No funds have been authorized, appropriated or received for this effort. BACKGROUND: The Mission and Installation Contracting Command on behalf of The Office of the Surgeon General (OTSG), under the direction of the Surgeon General, oversees the operation of the 6,500-member commissioned Corps of the U.S. Public Health Services and provides support for the surgeon General in the accomplishment of her other duties. The Office is part of the Office of the Assistant Secretary for Health in the Office of the Secretary, U.S. Department of Health and Human Services. This requirement is a non-personal services contract to implement the results of the Phase III Small Business Innovative Research (SBIR) contract entitled "Cohort Builder and Data Visualization for the Pharmacovigilance Defense Application System (PVDAS) to Perform Healthcare Quality Assurance and Comparative Health Effectiveness Research and Drug Utilization Monitoring" for the Pharmacovigilance Center (PVC). The North American Industry Classification System (NAICS) Manual, best describes the principal nature of the product or service being acquired. The NAICS code 541511, (Custom Computer Programming Services) with a small business size standard of $27,500,000.00, is determined to be appropriate for this acquisition. The NAICS code contemplated for this requirement is 541511 with a size standard of $27.5M. In your opinion, does this NAICS code fit this requirement? If not, which NAICS code would you suggest and why? PURPOSE OF THIS SOURCES SOUGHT: Attached PWS to help determine an acquisition strategy. A decision to set-aside this requirement for a small business program or to compete it through full and open procedures has not yet been made. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work identified in the PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. YOUR RESPONSE TO THE SYNOPSIS: The Government requests separate files for Statement of Capabilities and Contracting Approach response; submitted electronically in PDF format. Offeror's responses shall not exceed fifteen (15) pages single-sided - standard 8 ½ X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described in the Draft PWS. All responses to include (1) the Statement of Capabilities and (2) Contracting Approach shall be received no later than 13 August 2018 at 12:00 PM CDT. Please respond via electronic mail (e-mail) to the Contracting Officer, Angelic Hatcher, at the following address: angelic.m.hatcher.civ@mail.mil and Contract Specialist, Andrew Graham, at the following address: andrew.s.graham6.mil@mail.mil. All questions MUST be in writing and should also be directed to Angelic Hatcher and Andrew Graham. In all responses, please reference W9124J-18-R-ABSS in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact: Andrew Graham Contract Specialist Email: andrew.s.graham6.mil@mail.mil Secondary Point of Contact: Angelic Hatcher Contracting Officer Email: angelic.m.hatcher.civ@mail.mil Contracting Office Address: 2205 Infantry Post Road, Bldg. 603 Fort Sam Houston, Texas 78234-1361 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/17cd951621d80931cb9dac494ea90ab7)
 
Record
SN05011278-W 20180729/180727231232-17cd951621d80931cb9dac494ea90ab7 (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.