SOURCES SOUGHT
Q -- 115th Fighter Wing OHWS - Pre-habilitative Services
- Notice Date
- 7/13/2020 5:24:09 PM
- Notice Type
- Sources Sought
- NAICS
- 621340
— Offices of Physical, Occupational and Speech Therapists, and Audiologists
- Contracting Office
- W7N8 USPFO ACTIVITY WIANG 115 MADISON WI 53704-2591 USA
- ZIP Code
- 53704-2591
- Solicitation Number
- W50S9F-20-Q-0008
- Response Due
- 7/24/2020 1:00:00 PM
- Archive Date
- 08/08/2020
- Point of Contact
- Major Dave Mattila, Phone: 6082454788
- E-Mail Address
-
115.FW.FW-Contracting.Org@us.af.mil
(115.FW.FW-Contracting.Org@us.af.mil)
- Description
- This is not a solicitation announcement. This is a sources sought synopsis only. The U.S. Government has a requirement for preventative (pre-habilitative) physical therapy and athletic training services in or around Madison, WI, in accordance with the attached draft Performance Work Statements (PWS) for the program �Optimizing the Human Weapon System (OHWS).� The program is designed to give fighter pilots the tools and access to professional strength and conditioning coaches, physical therapist and athletic trainers, to prevent future injury and increase quality of life. A summary of the PWS is included as an attached. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor Contracting Opportunities at beta.SAM.gov for additional information pertaining to this requirement. The anticipated NAICS code(s) is 621340, Physical therapists' offices, with a Small Business Size Standard of $8.0 million.� Responses to this notice shall be e-mailed to the primary contact listed on this notice. Telephone responses will not be accepted. Responses must be received no later than the date and time listed on this notice. This notice is to assist in determining the availability of capable sources via the commercial industry only. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties shall respond that solicitation announcement separately from the response to this announcement. Registration at sam.gov is required to be awarded a contract.� The following information is requested in response to this sources sought: 1. Name of the firm, point of contact, phone number, email address, DUNS number, and CAGE code. 2. A statement regarding small business status (including small business type(s)/certification(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. One of the purposes of this Sources Sought is to ascertain whether small business are capable of fulfilling this requirement and a small business set-aside is appropriate. 3. 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. 4. Identify whether your firm is interested in and capable of competing for all requirements outlined or only some of the services. 5. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), pricing methods (per hour, per visit), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how these contract requirements can best be structured to facilitate competition by and among small business concerns.� 7. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please email the primary contact listed on this notice if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the POC information from the Contracting Opportunity notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.� 8. Recommendations to improve the approach/specifications/draft PWS. 9. What metrics would you recommend, other than those identified, to determine program success? 10. Are the requirements included in the PWS clear? Are there any areas requiring clarity? 11. What level of experience, for each type of professional needed to perform stated work, do you feel is necessary to help ensure the contract employee would be successful? 12. Concerns regarding HIPAA. 13. What other comments or suggestions do you have regarding this PWS?
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fca88f45546348e28f185f6860de98e2/view)
- Place of Performance
- Address: Madison, WI 53704, USA
- Zip Code: 53704
- Country: USA
- Zip Code: 53704
- Record
- SN05719593-F 20200715/200713230153 (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 |