SOURCES SOUGHT
65 -- Cadavers
- Notice Date
- 3/15/2022 11:21:44 AM
- Notice Type
- Sources Sought
- NAICS
- 621991
— Blood and Organ Banks
- Contracting Office
- W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-0000 USA
- ZIP Code
- 78234-0000
- Solicitation Number
- 0011742244-Cadavers-FY23
- Response Due
- 3/17/2022 12:00:00 PM
- Point of Contact
- Donald Sanders
- E-Mail Address
-
donald.d.sanders6.civ@mail.mil
(donald.d.sanders6.civ@mail.mil)
- Description
- This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Regional Health Contracting Office � Central (RHCO-C), Fort Hood, TX, has an upcoming requirement to award a service contract for THE Carl R. Darnall Army Medical Center (CRDAMC), Fort Hood, Texas, 76544. It is anticipated that the proposed services will result in a Firm Fixed-Priced contract. The contract will be a base and three option years from 1 October 2022 to 30 September 2026. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees, regarding this requirement is strictly prohibited. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these services. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Classification System (NAICS) code for this requirement is 621991, �Blood and Organ Banks�, �Organ Banks, Body�. The Small Business Size Standard is $32.5M, for reference purposes. The following requirements for the cadavers are being provided for reference purposes: a. Provide Whole Body Cadavers for up to fifty (50) resident physicians to conduct medical proficiency laboratory training. b. Twelve (12) cadavers are to be provided in March and sixteen (16) cadavers are to be provided in July. c. Whole Body Cadavers shall be fresh frozen. Preservation in formaldehyde is not adequate for this training. d. Provide a laboratory facility large enough which can allow for up to fifty (50) resident physicians to conduct medical proficiency training. e. Perform cadaver laboratory setup and recovery. Resident physicians attending this training, will not perform these duties. f. Provide all required consumables (gloves, masks, etc.) which will be needed by the resident physicians in training. g. Provide all required basic laboratory medical instruments and equipment (i.e., scalpels, forceps, clamps, etc.) which will be needed by the resident physicians in training. h. Provide adjacent classroom space enough for seating 15-20 resident physicians at a time. Classroom space must be adjacent to or in close proximity to the laboratory (i.e., within a 2-3 minute or 200 feet walking distance at most). i. Provide ancillary audio visual equipment in the classroom (i.e., overhead projectors, printers, etc.) which will allow Government medical personnel instructors overseeing this training to plug into with their laptops, other computer devices, for the purpose of teaching students in a classroom environment. j. Location to be within 250 miles of Fort Hood, Texas 76544. k. Host one site visit prior to scheduled training for the purpose of familiarizing up to 2-3 Government personnel in charge of overseeing the training of these fifty (50) resident physicians with the laboratory, classroom surroundings, to include showing them how to operate audio and visual equipment in the classroom. l. Provide services per the below schedule: Base is 1 October 2022 to 30 September 2023. Option one is 1 October 2023 to 30 September 2024 Option two is 2 October 2024 to 30 September 2025 Option three is 3 October 2025 to 30 September 2026 Responses to this Sources Sought Notice should demonstrate the firm�s ability, capability, and responsibility to deliver the services listed above. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information: �Offeror�s name, address, point of contact, phone number, and e-mail address. �Offeror�s interest in providing a proposal/quote on the solicitation when it is issued. �Offeror�s capability to meet personnel requirements. �Offeror�s capability to perform a contract of this magnitude and complexity (include offeror�s in-house capability to execute maintenance services for this equipment, comparable work performed within the past 5 years �brief description of the work, customer name, timeliness of performance, customer satisfaction, and dollar value of the work) � provide at least three (3) examples. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and expertise and experience to compete for this acquisition. �Offeror�s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. Interested Offerors shall respond to this Sources Sought Notice no later than 17 March 2022 at 2:00 P.M. Central. All interested businesses must be registered in the Central Contractor�s Registration (CCR) through the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Email your response to Donald D. Sanders, Contract Specialist to Donald.d.sanders6.civ@mail.mil. Telephonic inquiries will not be honored. EMAIL IS THE PREFERRED METHOD.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a2e09b8c6f594b6a80cf0c69432f0244/view)
- Place of Performance
- Address: Fort Hood, TX 76544, USA
- Zip Code: 76544
- Country: USA
- Record
- SN06268000-F 20220317/220315230106 (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 |