SOURCES SOUGHT
U -- Clinical Pastoral Education - Supervisor - Draft PWS
- Notice Date
- 10/18/2016
- Notice Type
- Sources Sought
- NAICS
- 813110
— Religious Organizations
- Contracting Office
- Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
- ZIP Code
- 78236-5253
- Solicitation Number
- FA3016-LAK-CPE
- Archive Date
- 12/2/2016
- Point of Contact
- Rosa G. Lara, Phone: 2106716018, Susan R. Arnold, Phone: (210) 671-0929
- E-Mail Address
-
rosa.lara.1@us.af.mil, susan.arnold@us.af.mil
(rosa.lara.1@us.af.mil, susan.arnold@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft PWS Type of Notification: Sources Sought This is a sources sought synopsis only, (not a pre-solicitation notice pursuant to FAR Part 5). The purpose of this notice is to gain knowledge of potential qualified sources. Description: The Department of Defense Military Treatment Facilities (MTF) in San Antonio, Texas, has a follow-on requirement base + 4 (1) year options for non-personal services as described in this PWS. The Contractor shall provide non-personal services for Clinical Pastoral Education Supervisor referred to as contract personnel at San Antonio Texas Department of Defense Military Treatment Facilities. The Contractor shall perform services and support compatible with the medical facility's operating capacity and equipment. The contractor shall provide services to include pastoral care to patients, families, and staff while developing pastoral competency and battlefield readiness in chaplain residents through supervised reflection. The contractor shall work within the Government provided facility and use Government provided equipment and perform services and support compatible with the medical facility's operating capacity and equipment. This is a set-aside, small business procurement under applicable NAICS 813110-Religious Organizations, Business Size: $7.5M. Responses to this notice shall include the following: a) Company Name, b) Address, c) Cage Code, d) DUNS Number, e) Point of Contact/Fax number, f) Size of business pursuant to NAICS code 813110/Business size standard $7.5M, g) Any specific socioeconomic small business category (i.e. 8(a), HUBZONE, Women-Owned, Service-Disabled Veteran-Owned, etc.), and h) A brief resume of performance of similar services of the magnitude described above (include contact and phone number of projects listed), a statement as to whether your company is domestic or foreign owned. In addition, the respondent must provide a Capability Statement that addresses the qualifications and ability to support and perform as a prime contractor the work described below. This notice is neither a request for quotes nor a solicitation of offers. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is possible for the Government. Responses must provide clear and concise documentation indicating a vendor's bona fide capability to provide this equipment/service. All information submitted should fully support the vendor's definite capability to provide the equipment/service required, and shall be furnished at no cost or obligation to the Government. Verbal responses are not acceptable and cannot be considered. Any interested party requiring additional information may inquire with the below point of contacts (POC's). This survey is to determine the capability of potential sources and the availability of commercial sources and services pursuant to FAR Part 10. This notice is for informational purposes only and does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government. The Government will not reimburse contractors for any cost incurred for their participation in this survey. Small businesses are encouraged to participate in this survey. The Government reserves the right to decide whether or not a socioeconomic small business category set-aside or a small business set-aside is appropriate based on responses to this notice. Prospective vendors are cautioned that if you cannot provide requirements outlined above, please do not respond to this notice. In the event a prospective vendor is selected for an award, the selected vendor must be registered in the Systems for Awards Management website at www.sam.gov. All prospective offerors who may be interested in participating in a future procurement for this requirement should respond to this Source Sought Notice by responding in FBO's electronic system or by contacting the individual(s) below. Responses must be received no later than 10:00 CST on Thursday, 17 November 2016. CA: Rosa G. Lara CO: Susan R. Arnold Email: rosa.lara.1@us.af.mil Email: susan.arnold@us.af.mil Phone number: (210)671-6018 Phone number: (210) 671-0929 1655 Selfridge Ave., Building 5450 1655 Selfridge Ave., Building 5450 JBSA Lackland, TX 78236-5253 JBSA Lackland, TX 78236-5253 Attachments: Draft PWS/QASP
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3016-LAK-CPE/listing.html)
- Place of Performance
- Address: Wilford Hall Ambulatory Surgical Center, 2200 Berquist Dr., JBSA-Lackland, Texas, 78236, United States
- Zip Code: 78236
- Zip Code: 78236
- Record
- SN04307054-W 20161020/161018234418-e7e47481496e9ea8901f665d25a40b75 (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 |