SOURCES SOUGHT
99 -- FA558722R0007 - Request for Information - EFMP Coordinator
- Notice Date
- 3/22/2022 8:22:00 AM
- Notice Type
- Sources Sought
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- FA5587 48 CONS APO AE 09461-5120 USA
- ZIP Code
- 09461-5120
- Solicitation Number
- FA558722R0007
- Response Due
- 3/31/2022 6:00:00 AM
- Point of Contact
- Drew Yanez, Phone: 314-226-2363, Maria Calimlim, Phone: 314-226-2165
- E-Mail Address
-
drew.yanez@us.af.mil, maria.calimlim@us.af.mil
(drew.yanez@us.af.mil, maria.calimlim@us.af.mil)
- Description
- FOR OFFICIAL USE ONLY DEPARTMENT OF THE AIR FORCE 48TH FIGHTER WING (USAFE) For Official Use Only (FOUO) REQUEST FOR INFORMATION RFI- FA558722R0007 48th CONTRACTING SQUADRON (USAFE) Issue Date: 22 March 2022 Response Due Date: 31 March 2022 NAICS Code: 621399, Offices of All Other Miscellaneous Health Practitioners Subject: Request for Information (RFI) � Exceptional Family Member Program (EFMP) Coordinator. GENERAL INFORMATION Description: The 48th Contracting Squadron (48 CONS) at Royal Air Force Lakenheath, United Kingdom, seeks feedback from companies/entities capable of providing an Exceptional Family Member Program Coordinator (EFMP) Social Worker for the 48th Medical Group. Background: 1.1 The Government requires a non-personal services contract in accordance with FAR Subpart 37.4 for one (1) Full Time Equivalent (FTE) Exceptional Family Member Program Coordinator (EFMP) Social Worker for this contract at the established facilities at the 48th Medical Group, RAF Lakenheath, England, also referred to as the �Medical Treatment Facility� (MTF). See draft PWS (Performance Work Statement). Also the contractor and all personnel shall possess the minimum of Facility Security Clearance. General Information: THIS ANNOUNCEMENT IS NOT A SOLICITATION AND IS BEING USED FOR THE PURPOSE OF MARKET ANALYSIS ONLY. Transfer of Undertakings, Protection of Employees (TUPE) may apply to any subsequent contract action. This notice is being published in accordance with Federal Acquisition Regulations (FAR) Part 5.101 requiring dissemination of information for proposed contract actions and FAR 10.001(a)(2)(ii) which requires conducting market research before soliciting offers for acquisitions with an estimated value in excess of the simplified acquisition threshold. The Government is seeking industry�s input to determine the availability of qualified sources with the technical capability to fulfill the EFMP Coordinator requirement. No contract awards will be made from this notice and no solicitation is available on beta.SAM or any other bulletin board, posting room, or clearinghouse at this time. In order to develop a sound acquisition strategy, early industry participation is highly encouraged; however, participation in this effort is strictly voluntary. All costs associated with responding to this RFI will be solely at the interested party�s expense. The Government will not reimburse costs and will not be liable for any costs associated with responses to this RFI. Respondents will not be notified of the responses to this notice. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. All RFI responses will be used in whole or in part for determining the most effective acquisition strategy for similar requirements in the future. Requested information will be used within the Air Force to facilitate decision making and will not be disclosed outside the agency. Response Guidelines: All responses to this RFI must be provided as an attachment in an e-mail message addressed to the Point of Contacts (POCs), below with the subject line �Response to RFI � EFMP Coordinator� no later than 31 March 2022. Only electronic responses will be accepted. Responses submitted by any other means will not be considered. Requested Information: The following is requested from interested companies; 1. Please indicate if your company is willing/able to provide EFMP Coordinator services or if there are any reasons that prevent your company from providing a quote/proposal should a formal solicitation be issued. 2. Please provide brochures/descriptive literature including a capability statement commonly provided to the general public, is available. Please provide your CAGE/DUNS information. 3. Based upon the above description and the attached performance work statement, are there any aspects that are unclear and/or do not allow a clear understanding of the US Government�s requirements? 4. Please indicate if your company and personnel must have a valid Facility Security Clearance granted by the Defense Security Service (http://www.dss.mil). 5. Please identify and provide cost driver information that may affect performance of an EFMP Coordinator. 6. Please indicate if your company ever performed a contract in the United Kingdom. 7. Please indicate if your personnel are located in the United Kingdom. If not, please state where your personnel will be traveling from. Please submit a written response via scan/email-attachment on company letter head to the POCs listed below. POC: Primary POC: Drew Yanez, Contract Specialist Phone: 00 44 (0) 1638 52 2363 Email: drew.yanez@us.af.mil Secondary POC: Ms. Maria Calimlim, Contracting Officer Phone: 00 44 (0) 1638 52 2165 Email: maria.calimlim@us.af.mil Contracting Office Address: 48 CONS/PKB Building 977 Boston Drive RAF Lakenheath Brandon Suffolk IP27 9PN United Kingdom
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8a9f0529333944a78a730868dd39f99d/view)
- Place of Performance
- Address: RAF Lakenheath, GBR
- Country: GBR
- Country: GBR
- Record
- SN06275679-F 20220324/220322230112 (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 |