Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2016 FBO #5159
SOLICITATION NOTICE

R -- Non-personal Support Services for the U.S. Army Medical Command (MEDCOM) - DRAFT SOO-MEDCOM Transition Support Services

Notice Date
1/6/2016
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, Texas, 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W81K04-16-R-MTSS
 
Archive Date
2/2/2016
 
Point of Contact
Dawn E. Simington, Phone: 2102213154
 
E-Mail Address
dawn.e.simington.civ@mail.mil
(dawn.e.simington.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT SOO THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; it is not a Solicitation (i.e. Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Health Readiness Contracting Office (Provisional) (HRCO(P)) formerly the Center for Health Care Contracting (CHCC) will contract for the services contained in the RFI. This RFI is part of a Government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI. Responses to this RFI will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the Federal Business Opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This RFI does not restrict the Government's acquisition approach on a future Solicitation. Questions for industry are attached to this announcement. RESPONSES: Respondents to this RFI are to describe their interest and ability to perform the requirements summarized within this notice. Responses are to contain (1) company name, (2) CAGE code, (3) business size pursuant to NAICS code 541611 (size standard $14,000,000), (4) mailing address, (5) primary point of contact information, to include telephone number and email address and (6) to be of greatest value to the Government, provide responses to the QUESTIONS FOR INDUSTRY (below). Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten (10) pages. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses. Responses should be submitted to the contract specialist at dawn.e.simington.civ@mail.mil no later than 4:00 PM CDT, January 18, 2016. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. DESCRIPTION OF REQUIREMENT: The U.S. Army Medical Command (MEDCOM), Health Readiness Contracting Office (HRCO), on behalf MEDCOM and OTSG together known as ONESTAFF, has developed this Request for Information (RFI) to solicit market research information from industry to assist the Government with analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues and also to identify potential sources in the commercial marketplace for this requirement. The requirement is for the contractor to provide subject matter expert (SME) consultation services to support the ONESTAFF transition efforts. The ONESTAFF focus is to transition and transform the organization to meet new challenges and demands, while simultaneously maintaining the current global mission with a focus on the following areas: directional strategies and operational planning; senior leader mentorship; knowledge of U.S. Government Interagency; training development and management; organizational change; the complex management and operations of civilian business and industry; data acquisition, interoperability strategies and approaches, and analytical and situational awareness; risk planning and management; logistics and budget management; requirements determination; and concept development and military operations. As a result, the Contractor shall have extensive knowledge of programs, policies, related legislative initiatives, and DoD efforts related to this effort. The contractor shall be capable of providing support from a wide range of subject matter experts. Additional information relating to the requirement can be found in the attached DRAFT STATEMENT OF OBJECTIVES (SOO) QUESTIONS FOR INDUSTRY: The Government desires that respondents offer their experience and recommendations on the following questions related to the requirement. (1) Does your company currently provide similar program support services which include subject matter experts (SMEs) that provide support for determining interoperability, collaboration and situational needs to support a particular effort to organizations within the commercial market? If so, describe the services, including scope and complexity, currently being performed. (2) Does your company currently provide similar program support services which include (SMEs) that provide support for determining interoperability, collaboration and situational needs to support a particular effort to the Federal Government? If so, describe the services, including scope and complexity, currently being performed. (3) Does your company have a current GSA schedule for program support services which include (SMEs) that provide support for determining interoperability, collaboration and situational needs to support a particular effort? If so, what is the GSA contract number, expiration date, and order limitations? (4) Given the initial tasks provided in the attached DRAFT SOO, what approach and/or ideas can your organization provide to the government that can assist in accomplishing the overall objective? (5) Do you anticipate any challenges recruiting qualified personnel for performance on this requirement? If so, what are your suggestions for how the Government can modify the initial tasks to mitigate these challenges? (6) What type of acquisition strategy would you recommend for this type of requirement? Please include your suggested contract type, CLIN structure, unit of issue, pricing arrangements, and performance incentive strategies in your response. (7) What are your questions/concerns with the tasks identified in the DRAFT SOO? If providing comments, please refer to the Task Number whenever possible so that the Government can accurately reference the area in question. (8) Should the Government publish a formal solicitation, do you anticipate any challenges preparing a competitive price proposal to meet the initial tasks provided in the SOO? Do you anticipate any perceived barriers to competition? ATTACHED DOCUMENT: DRAFT SOO - MEDCOM Transition Support Services POINT OF CONTACT: Dawn E. Simington, Contract Specialist, 210-221-3154, dawn.e.simington.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-16-R-MTSS/listing.html)
 
Place of Performance
Address: Joint Base San Antonio-Fort Sam Houston, San Antonio, Texas, 78234, United States
Zip Code: 78234
 
Record
SN03984554-W 20160108/160106234929-0cf9fd5add541d94e0c69d1530a3b42d (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 |
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.