Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2020 SAM #6645
SOURCES SOUGHT

Q -- PRK Clinic Services

Notice Date
2/6/2020 12:54:47 PM
 
Notice Type
Sources Sought
 
NAICS
621320 — Offices of Optometrists
 
Contracting Office
FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
 
ZIP Code
78236-5286
 
Solicitation Number
FA301619DPRK
 
Response Due
2/14/2020 3:00:00 PM
 
Archive Date
02/29/2020
 
Point of Contact
Kari Barnett, Phone: 210-671-0929, Jorge M. Canavati, Phone: 210-671-5906
 
E-Mail Address
kari.barnett@us.af.mil, jorge.canavati@us.af.mil
(kari.barnett@us.af.mil, jorge.canavati@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This is a sources sought synopsis only, (not a pre-solicitaion notice pursuant to FAR Part 5.� The purpose of this notice is to gain knowledge of potential qualified sources.�� The Department of Defense Military Treatment Facilities (MTF) at �Wilford Hall Ambulatory Surgical Center (WHASC) & Joint Warfighter Refractive Surgery Center, Joint Base San Antonio-Lackland AirForce Base has a requirement for nineteen (19) Full Time Equivalent (FTE) Photorefractive Keratectomy (PRK) personal and non-personal services as described in the Performance Work Statement. The period of performance will consist of a base plus four option years from 30 SEP 2020 to �29 SEP 2025. Personal Services include optometrists, clinical management research assistant, vision research laboratory operations, surgical technicians and other vision center technician services. �Non-personal service include an Operations Manager and administrative medical technicians. �The FTE's shall work within the Government provided facility, use Government provided equipment and will perform services and support compatible with the medical facility's operating capacity and equipment. � 19 Full Time Equivalent (FTE):���Optometrist - 2 FTEs;� PRK Clinical Manager/Research Asst- 1 FTE;�PRK Surgical Tech - 3 FTEs;��PRK Technicians - 7 FTEs; Admin Service Manager - 1 FTE; Medical Admin Tech - 5� FTES� Responses to this notice shall include the following: a) Company Name, b) Address, c) Cage Code, d) DUNS Number, e) Point of Contact/Fax number, f) Size of business pursuant to NAICS code 621320/Business size standard $7.5M, g) Any specific socioeconomic small business category (i.e. 8(a), HUBZONE, Women-Owned, Service-Disabled Veteran-Owned, etc.), and h) A brief resume of performance of similar services of the magnitude described above (include contact and phone number of projects listed), a statement as to whether your company is domestic or foreign owned.� In addition, the respondent must provide a Capability Statement that addresses the qualifications and ability to support and perform as a prime contractor the work described below.� This notice is neither a request for quotes nor a solicitation of offers. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is possible for the Government. Responses must provide clear and concise documentation indicating a vendor's bona fide capability to provide this equipment/service. All information submitted should fully support the vendor's definite capability to provide the. equipment/service required, and shall be furnished at no cost or obligation to the Government.�Verbal responses are not acceptable and cannot be considered. Any interested party requiring additional information may inquire with the below point of contacts (POC's).� This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Small businesses are encouraged to participate in this survey. The Government reserves the right to decide whether or not a socioeconomic small business category set-aside or a small business set-aside is appropriate based on responses to this notice. Prospective vendors are cautioned that if you cannot provide requirements outlined above, please do not respond to this notice. In the event a prospective vendor is selected for an award, the selected vendor must be registered in the Systems for Awards Management website at www.sam.gov.� All prospective offerers who may be interested in participating in a future procurement for this requirement should respond to this Source Sought Notice by responding in FBO's electronic system or by contacting the individual(s) below. Responses must be received no later than 5:00 PM CST on Thursday, 20 February 2020.� CA: Kari L. Barnett� Email: kari.barnett@us.af.mil� Phone: 210-671-�0929 CO: Jorge Canavati Email: jorge.canavati@us.af.mil� Phone: 210-671-5906 Address:� 1655 Selfridge Ave., Building 5450� JBSA Lackland, TX 78236-5253� Attachments:� Draft Job Descriptions��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b0f3b158cce43f7b94c2fe9385442c2/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN05554021-F 20200208/200206230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.