Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2021 SAM #7096
SOURCES SOUGHT

Q -- Nerve Fiber Sweat Gland Testing

Notice Date
5/4/2021 2:00:42 PM
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
W40M REGIONAL HEALTH CONTRACTING OF FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0221Q0123
 
Response Due
5/17/2021 11:00:00 AM
 
Archive Date
06/01/2021
 
Point of Contact
MSG Neal Hurst, Phone: 360-486-0740
 
E-Mail Address
neal.hurst2.mil@mail.mil
(neal.hurst2.mil@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INTRODUCTION The Pacific Region Contracting Office, Lacey, Washington �is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Nerve Testing Fiber. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND The Department of Pathology located at Madigan Army Medical Center (MAMC), Joint Base Lewis-McChord, WA, is designated to provide Nerve Fiber Testing. In accordance with these assignments, MAMC provides the following: Nerve Fiber Testing for the upper and lower extremity and sweat gland analysis. REQUIRED CAPABILITIES The Contractor shall provide laboratory testing services to be provided shall include, but not be limited to the following: Nerve Fiber Testing for upper and lower extremity, and sweat gland analysis. All testing will be performed at the contractor�s laboratory. Services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PWS) attached to this announcement (Attachment 1). The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: The contractor must have a laboratory that is licensed, accredited, and inspected by the Laboratory Accreditation Program (LAP) ofan accrediting agency (i.e. COLA LC, CAP) with deemed status from the Center for Medicare and Medicaid Services (CMS), the Nuclear Regulatory Commission, Center for Disease Control, Medicare and/or other state regulatory agencies as mandated by federal and state statutes. In addition, the Laboratory must be certified as meeting the requirements of the Clinical Laboratory Improvement Act of 1988 and comply with the National Standards to Protect the Privacy of Personal Health Information (HIPPA). Personnel and Facility Security Clearances. At no time will an employee of the contractor be required to enter Joint Base Lewis-McChord Berry Amendment IT (e.g. Clinger-Cohen Act) Service Contract Act Government Furnished Property plan. ELIGIBILITY The applicable NAICS code for this requirement is 621511 with a Small Business Size Standard of $35,000,000. The Product Service Code is S10. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement��(PWS) and draft Personnel Qualifications Description are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, PST, 17 May 2021. All responses under this Sources Sought Notice must be e-mailed to neal.hurst2.mil@mail.mil This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of base year plus 2 options, with performance commencing in October 2021. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed contract type. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, MSG Neal Hurst, in either Microsoft Word or Portable Document Format (PDF), via email neal.hurst2.mil@mail.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/60e18958cf3c4e0988494bfc17ca90d0/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98433, USA
Zip Code: 98433
Country: USA
 
Record
SN05991389-F 20210506/210504230117 (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.