SOURCES SOUGHT
Q -- Endocrinology Diabetes Center of Excellence (EDCOE) Support Staff
- Notice Date
- 2/11/2020 6:21:38 AM
- Notice Type
- Sources Sought
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
- ZIP Code
- 78236-5286
- Solicitation Number
- FA301620
- Response Due
- 2/24/2020 3:00:00 PM
- Archive Date
- 03/10/2020
- Point of Contact
- Jorge M. Canavati, Phone: 2106715906, Danielle Crone-Alvarez, Phone: 2106715905
- E-Mail Address
-
jorge.canavati@us.af.mil, danielle.crone-alvarez@us.af.mil
(jorge.canavati@us.af.mil, danielle.crone-alvarez@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-solicitation notice pursuant to FAR Part 5.� The purpose of this notice is to gain knowledge of potential qualified sources.�In accordance with FAR 19.8, this requirement will be reserved for 8(a) firms. The Department of Defense Military Treatment Facilities (MTF) at Wilford Hall Endocrinology Diabetes Center of Excellence (EDCOE), Joint Base San Antonio-Lackland Air Force Base has a requirement for ten (10) Full-Time Equivalent (FTE) EDCOE personnel personal services as described in the Performance Work Statement. The period of performance will consist of a base plus four option years from 01 July 2020 to 30 June 2025. Personal Services include Endocrinology Clinical Nurse, Program Coordinator/Research Administration Assistant, Exercise Physiologist/Preventionist, Nurse Practitioner, Research Program Administrator, and Research Medical Technician services. � 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. � 10 Full Time Equivalent (FTE):���Endocrinology Clinical Nurse - 3 FTEs;� , Program Coordinator/Research Administration Assistant - 1 FTE;�Exercise Physiologist/Preventionist - 1 FTE;��Nurse Practitioner - 1 FTE; Research Program Administrator - 1 FTE; Research Medical Technician - 3� 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 621498/Business size standard $22M, g) reserved, 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 Monday, 24 February 2020.� CA: Danielle L. Crone-Alvarez� Email: danielle.crone-alvarez@us.af.mil� Phone: 210-671-5905 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 PWS
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/97649fc9cda74796a038bb640420866b/view)
- Place of Performance
- Address: JBSA Lackland, TX 78236, USA
- Zip Code: 78236
- Country: USA
- Zip Code: 78236
- Record
- SN05559587-F 20200213/200211230204 (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 |