DOCUMENT
99 -- RFI Comprehensive Complex Combat Causality Care (C5) Building Renovation - Attachment
- Notice Date
- 9/14/2012
- Notice Type
- Attachment
- Contracting Office
- N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
- Solicitation Number
- N0025912T9999
- Small Business Set-Aside
- N/A
- Description
- Synopsis: The Naval Medical Center San Diego (NMCSD) issues this Request for Information (RFI) to conduct market research for information and planning purposes to determine the existing market capability of businesses to utilize a facility with the date TBD to have Government employees complete fabrication and modification of prosthetic devices while NMCSD facility is being remodeled. The Government intends to review all proposed suggestions. With this notice, NMCSD wants to obtain capabilities, delivery, or other market information for planning purposes. All interested, capable, and responsible businesses are encouraged to submit a response to this notice. INTRODUCTION The Comprehensive Complex Combat Causality Care (C5) program is tasked with the fabrication, modification and completion of prosthesis to have patients properly fitted and on track through their rehabilitation. Using Government furnished materials; C5 employees will use rented space to create C5 patient ™s prosthesis, however fitting will commence at NMCSD facility. Facility should be located within traveling distance from 34800 Bob Wilson Drive San Diego, CA 92134 for convenient access for staff. Currently, the C5 program fabricates approximately two (2) sockets per day. With a larger facility and using current staff members; NMCSD is expecting to be able to fabricate (6) sockets per day. The description below outlines preliminary requirements envisioned for NMCSD, or the suggestion of an alternative solution. Respondents should identify their capabilities that would help fulfill the currently envisioned situation, or any alternative ideas that would improve the current concept. The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted in a solicitation for competitive bids. BACKGROUND Comprehensive Complex Combat Causality Care (C5) program Space was originally built for 40-50 patients is now supporting 100 active duty patients and 43 retirees; (over 45% with more than one limb loss). The facility houses one lamination room with 1 lamination jig, 2 transfer jigs and one oven, greatly limiting in house fabrication capabilities and requiring outsourcing. With the increase in patient workload and the limited space C5 will be undergoing a renovation to increase capacity. During the renovation phase the prosthetics lab will be completely secure omitting any fabrication work. REQUIREMENTS The Government requests that the contractor or contractors provide one or more of the following: 1. Suggested modifications to the current procedure. 2. Provide information regarding procedure. 3. Any other suggestions. NOTE: This RFI is only soliciting information on ways for NMCSD to continue fabricating while facility undergoes renovation. All questions regarding this RFI shall be submitted by email to the Contract Specialist at Christopher.Jennen@med.navy.mil. THIS NOTICE IS FOR PLANNING PURPOSES ONLY, and does not constitute an Invitation for Bids, a Request for Proposal, a Solicitation, a Request for Quotation, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. DISCLAMIER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI marked proprietary will be handled accordingly. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. HOW TO RESPOND: Firms that wish to respond to this RFI shall provide the following information: (1) a brief summary of the responder's ideas and suggested improvements being offered in response to this RFI, (2) a statement indicating an interest and the capability to provide the services as described, (3) a technical approach to perform the required services described above, and (4) rough order of magnitude of the cost for the use of the facility described in the RFI, (5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. DESCRIPTION OF INFORMATION REQUESTED All vendors with an appropriate solution or product are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the solution or product's capabilities as they related to the potential requirements. Vendors with a GSA schedule should provide the contract number of that schedule. In your response, please identify solutions that require custom design and those that can be met with commercial off-the-shelf products (COTS). Please include product named and identifying number of COTS products. Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email in Microsoft Office format by 3:00PM (PST) September 27, 2012. No mailing responses will be accepted. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Contracting Office Address: 34800 Bob Wilson Drive San Diego, CA 92134 United States Primary Point of Contact: Christopher J. Jennen Christopher.Jennen@med.navy.mil ________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025912T9999/listing.html)
- Document(s)
- Attachment
- File Name: N0025912T9999_RFI_C5_rev1.doc (https://www.neco.navy.mil/synopsis_file/N0025912T9999_RFI_C5_rev1.doc)
- Link: https://www.neco.navy.mil/synopsis_file/N0025912T9999_RFI_C5_rev1.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: N0025912T9999_RFI_C5_rev1.doc (https://www.neco.navy.mil/synopsis_file/N0025912T9999_RFI_C5_rev1.doc)
- Record
- SN02882954-W 20120916/120914235742-c3b684d83c17394749a090c5d97170b1 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |