Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2018 FBO #6153
DOCUMENT

M -- ECMM Follow-On RFI 2019 - PDF RFI - Attachment 1 - RFI - Attachment 3 - Attachmnet 2 - Attachment 4

Notice Date
9/26/2018
 
Notice Type
Attachment 4
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
AFICA - AFICA- CONUS
 
Solicitation Number
771_ESS_ECMM_RFI_2019
 
Point of Contact
Frank Batz, Phone: 9372571519, JoAnn Parks, Phone: 9372575791
 
E-Mail Address
frank.batz@us.af.mil, joann.parks@us.af.mil
(frank.batz@us.af.mil, joann.parks@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ECMM Reference Document Qualification and Duty Requirements Locations Statement of Objectives PDF RFI The Air Force Medical Operations Agency (AFMOA), Medical Logistics Division, has a requirement for Expeditionary Contingency Medical Materiel (ECMM) Services in the 50 United States, Guam, and Japan. The services provided on this contract support the AF, the Air Force Reserve (AR), the Air National Guard (ANG), the Army, and the JANUS program. The ECMM program is designed to provide medical logistical support personnel for routine staffing at various locations for assemblage packaging, inspection, and audit; and provide medical logistical support personnel for temporary surge in workload for contingency, humanitarian, and base exercises. The aforementioned services supplement Air Force (AF) military personnel and DoD civilian employees. Contractor employees provide full service/operational activity; government personnel ensure the overall performance of the contracted function, but do not perform the individual tasks/services. This service has been acquired commercially for the past 10 years. This requirement was previously solicited and awarded by the Department of Veterans Affairs at Fort Detrick, Maryland, with an award date of 01 Apr 2008 through 30 Apr 2013. The contract was awarded on a competitive basis to CACI-ISS, Inc. for a nine month base period and four one-year option periods. In March of 2009, this requirement was transferred to the Air Force District of Washington (AFDW). A five month bridge contract, awarded by the Army, was established that allowed sufficient time to complete the follow-on acquisition. Army MEDCOM next awarded a five year GSA task order beginning on 1 October 2013 running through 31 July 2018. Army MEDCOM then relinquished responsibility for a transition acquisition to the AF. The current award was made on a sole source on 31 July 2018 to CACI-ISS, Inc. for a six month base period, four three month option periods, and a six month extension to allow sufficient time to complete a competitive follow-on acquisition. This acquisition will have a sixty month period of performance with a base year and four option years. The contract will include FAR 52.217-8, which allows for an additional six month option to extend services. The options will only be exercised until such time that the follow-on effort is awarded. This request for information is not a request for competitive proposals and no solicitation is available. Any interested responsible party that believes it is equally or otherwise uniquely capable of meeting the requirements described herein may submit a response (to include contact information, size status under NAICS 493110, DUNS Number, and CAGE Code). Supporting evidence must be furnished in sufficient detail to demonstrate the ability to fulfill this requirement, must clearly demonstrate that competition would be advantageous to the Government and would not create a break in service or degradation of performance quality. All responses must be provided at the following link: https://www.surveymonkey.com/r/ECMM2018. Responses shall be submitted not later than 4:00 PM Local Dayton, Ohio Time (Eastern) on 10 October 2018. A determination by the Government not to compete this proposed contract action is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. This notice in no way obligates the Government to award any modifications to the existing contracts. For specific questions, please contact the AFICA 771 ESS/EGB Contracting Officer, Ms. JoAnn Parks, at joann.parks@us.af.mil or by telephone at (937) 257-5791, or the Contract Specialist, Frank Batz at frank.batz@us.af.mil or by telephone at 937-257-8215.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2777a7720db00ee4da6b1f4f009fe1a8)
 
Document(s)
Attachment 4
 
File Name: Survey Monkey RFI (https://www.surveymonkey.com/r/ECMM2018)
Link: https://www.surveymonkey.com/r/ECMM2018

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 1940 Allbrook Drive, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN05107184-W 20180928/180926231520-2777a7720db00ee4da6b1f4f009fe1a8 (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.