SOURCES SOUGHT
R -- Clinical Quality Management Operational Support
- Notice Date
- 6/10/2025 2:02:18 PM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
- ZIP Code
- 23511-3392
- Solicitation Number
- N0018925QZ340
- Response Due
- 6/16/2025 9:00:00 PM
- Archive Date
- 06/18/2025
- Point of Contact
- Jorge E. Candela Bocanegra, jorge.e.candelabocanegra.civ@us.navy.mil
- E-Mail Address
-
jorge.e.candelabocanegra.civ@us.navy.mil
(jorge.e.candelabocanegra.civ@us.navy.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or Request for Quote (RFQ) or a promise to issue an RFP or RFQ in the future. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Navy is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this notice; all costs associated with responding to this notice will be solely at the interested party�s expense. Not responding to this notice does not preclude participation in any future RFP/RFQ, if any is issued. If a solicitation is released, it will be released on SAM.gov. It is the responsibility of the potential offerors/quoters to monitor the site for additional information pertaining to this requirement. 1. Description The NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office is seeking information from interested sources capable of providing Clinical Quality Management Operational Support to the Department of the Navy, Bureau of Medicine and Surgery (BUMED), Director of High Reliability and Clinical Quality Management (HRO and CQM) (N10G) located in Falls Church, VA. The specific acquisition strategy has not been finalized at this time. Please see the attached draft Performance Work Statement (PWS) which details the types of tasks that the contractor will be required to perform under this contract. 2. Requirements Information is only being requested from Seaport prime contract holders at this time. It is anticipated that this requirement, if solicited, will be under NAICS code 541990, with a size standard of $19.5 (millions of dollars), and Product/Service Code (PSC) R499. 3. Requested Information It is requested that interested parties respond to this posting via email no later than 04:00 PM ET Tuesday, 17 June 2025. Responses are not to exceed two (2) typewritten pages in a searchable PDF file, 8.5 X 11 paper with a minimum 12-point font size. The page limit is inclusive of the cover sheet. Responses from interested parties shall include the following information and shall be emailed to jorge.e.candelabocanegra.civ@us.navy.mil: Cover Sheet that includes: - Company name and address - DUNS number and Cage Code - Point of contact with corresponding phone number and e-mail address - Small Business Designation(s), if any Capabilities Statement that: - Demonstrates requisite skills, resources and capabilities necessary to perform ALL of the requirements of the draft PWS. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience and/or capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Standard brochures and/or paraphrasing of this notice will not be considered sufficient to demonstrate the capabilities of an interested party. - If providing past performance information, contracts/efforts must be within the past five (5) years and the discussion must include the applicable contract or task order number and contract vehicle, clearly state if the responder was a prime or subcontractor under the effort, final contract price, dates of performance, and project location with a brief description of the effort and a detailed explanation demonstrating the relevance of the contract(s) or effort(s) to the requirements in the PWS. 4. Industry Discussions NAVSUP Fleet Logistics Center Norfolk, Contracting Department, Philadelphia Office representatives may or may not choose to meet with potential offerors/quoters. Such discussions would only be intended to get further clarification of potential capability to meet the requirements. 5. Questions Questions regarding this announcement shall be submitted via email. Interested parties are encouraged to provide feedback on the PWS to include identifying any areas of the PWS that seem vague, and/or ask questions about the requirements. 6. Summary THIS IS A SOURCES SOUGHT NOTICE ONLY to identify potential sources capable of providing Clinical Quality Management Operational Support to the Department of the Navy, Bureau of Medicine and Surgery (BUMED), located in Falls Church, VA. The information provided in the notice is subject to change and is not binding on the Government. The Navy has not made a commitment to procure any of the items discussed, and release of this notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/823878043b114bd59f5e3b45a5d1d3e9/view)
- Place of Performance
- Address: 7700 Arlington Blvd STE 5127, Falls Church, VA 22042, USA
- Zip Code: 22042
- Country: USA
- Zip Code: 22042
- Record
- SN07472672-F 20250612/250610230053 (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 |