Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2022 SAM #7695
MODIFICATION

V -- UTARNG HRF CTE Real World Medical Support

Notice Date
12/20/2022 8:29:14 AM
 
Notice Type
Sources Sought
 
NAICS
621910 — Ambulance Services
 
Contracting Office
W7N3 USPFO ACTIVITY UT ARNG DRAPER UT 84020-2000 USA
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP23R0004
 
Response Due
1/23/2023 6:00:00 AM
 
Point of Contact
Otha Henderson
 
E-Mail Address
otha.b.henderson.civ@army.mil
(otha.b.henderson.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Introduction: This is a source sought notice to determine the viability and technical capability of small business (to include all subsets) to provide real world medical support for the Utah Army National Guard HRF CTE exercise to be conducted in and around Camp Williams Utah in Bluffdale Utah. The HRF CTE exercise will be conducted 6 - 8 May 2023. The United States Property and Fiscal Office (USPFO) Purchasing and Contracting office for Utah is seeking source to provide real world medical support / transportation for the UTARNG HRF CTE conducted 6 - 8 May 2023. Note, this is for real world support, not a simulation as part of the HRF CTE exercise, and must conform to the attached Performance Work Statement (PWS). The HRF CTE exercise will be conducted at Camp Williams Utah. Contracting office address: Utah National Guard, USPFO-UT, Purchasing and Contracting Office, 12953 South Minuteman Drive, Draper, Utah 84020. Disclaimer: This sources sought is for informational and planning purposes only. This is not a request for proposal, and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under not obligation to award a contract or BPA as a result of this announcement. Any information submitted by respondents to this notice is considered voluntary. Required Capabilities: Interested offerors are requested to submit a maximum five page statement of their company's capabilities and expertise with respect to the following: 1. Capability of the contractor to provide supervision, all labor, tools, materials, equipment, personnel, incidentals and demonstrate experience required to conducte real world medical support in accordance with the attached PWS. Sources Sought: The anticipated applicable North American Classification Systems Code (NAICS) for this requirement is 621910 with the small business size standard of $20 million. This sources sought is requesting responses from small business that can provide the required service under this NAICS code or very similar code. Responses from other than small businesses are not requested and will not be helpful for determining the viability of a small business set-aside. The intent is to award a firm-fixed price (FFP) commercial purchase for this procurement once the full combined synopsis/solicitation has been published. To assist the USPFO-UT P&C office in making a determination regarding the level or participation by small business in any subsequent procrement that may result from this sources sought, you are also encouraged to provide information regaring your plans to use joint venturing or partnering to meet his requirement.�� In order to make a determination for the viability of a small business set-aside two or more qualfiifed and capable small business concerns must submit responses that demonstrate their qualifications. Responses must demonstrate the company's abilitye to perform in accordance with the limiations on subcontracting clauses (FAR 52.219-14). Submission Details: Responses should include: 1. Business name and address; 2. Name of company representative and their business title; 3. Type of small business; 4. Cage code; 5. Any contract vehicles that may be avilable to the government for thie procurment of these services to include any other government agency contract vehicles. This informaiton is for market research only and will not preclude your company from responding to this notice. Contractors who wish to respond to this notice should send responses via email no later than 23 January 2023, 0700 am (mountain), to otha.b.henderson.civ@army.mil . Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to perform the services listed herein. Priprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked proprietary will be handled accordingly. Please be advised that all submissions become government property and will not be returned. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/320f81a3a6cb40938486ff4294909a59/view)
 
Place of Performance
Address: Riverton, UT 84065, USA
Zip Code: 84065
Country: USA
 
Record
SN06548012-F 20221222/221220230116 (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.