SPECIAL NOTICE
R -- RFI - Operation Live Well (OLW) - RFI
- Notice Date
- 8/13/2018
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- PANMRA18P0000017676JFFRFI
- Archive Date
- 9/11/2018
- Point of Contact
- Dawn M. Albertini,
- E-Mail Address
-
Dawn.M.Albertini2.civ@mail.mil
(Dawn.M.Albertini2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- RFI Request for Information (RFI) - " PANMRA-18-P-0000 017676 JFF RFI" The U.S Army Medical Research Acquisition Activity (USAMRAA) in support Office of the Under Secretary of Defense for Personnel & Readiness, Office of the Assistant Secretary of Defense for Readiness, Office of Personnel Risk and Resiliency, Office of Joint Force Fitness - Operation Live Well, is seeking information in the form of capabilities statements and availability from capable small business contract holders only. Only submissions by small businesses will be accepted by the Government. Any submission by a contractor that is not a small business will not be considered for this RFI. In an attempt to promote full and open competition and seek competitive quotes, USAMRAA is issuing this Request for Information (RFI) to seek small businesses under the North American Industry Classification System (NAICS) Code - 541611 Administrative Management and General Management Consulting Services. System for Award Management (SAM) registration is mandatory (www.sam.gov). It is anticipated the type of contract will be a Firm Fixed Price. This is NOT a Request for Proposal (RFP). It is not to be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. The information requested by this RFI, will be used within USAMRAA to facilitate decision making and will not be disclosed outside of USAMRAA. Any information provided to the Government is strictly voluntary and will be provided at no cost to the Government. This RFI is for fact finding and planning purposes only. The information will be used in conducting market research to identify qualified, experienced, and interested potential small business sources in support of the Government's requirements in accordance with the sample information requested below. The Government reserves the right to decide whether or not a small business set-aside is appropriate based on responses to this notice. Contractors are encouraged to inform the Government of any barriers that would prohibit them from competing. Contact with Government personnel, other than those specified in the RFI, by potential offerors or their employee's regarding this requirement is not permitted. Responses to this RFI shall include the appropriate contract vehicle information, such as type of contract vehicle, business size, NAICS Code. At a minimum, the following information is requested: (1) Capability Statement, (2) Company Cage Code, DUNS, CCR registered, name, address, point of contact and their telephone number and e-mail address; (3) Any small business status (8(a), HUB Zone, Service Disabled Veteran Owned Small Business (SDVOSB), women-owned, etc.); (4) Indicate which NAICS code(s) your company usually performs under for Government contracts. Vendors are encouraged to submit the following highly desirable information in response to this RFI: •a. The Capability Statement should include general information and technical background describing your firm's experience within the last three years specifically with contracts similar in scope, complexity and size to meet the program objectives in responce with items c. to f. listed below. •b. If the capabilities statement includes a discussion on Federal Government relevant performance based experience, provide the applicable contract and task order number, final contract price, and project location with a brief description of the project. •c. Knowledge in developing the capability to collect, aggregate, and analyze data. •a. The Contractor shall design and maintain an information ecosystem that facilitates the ability to determine or quantify the current level of mind and body fitness and, therefore, resiliency of the Joint Force. The Contractor shall develop the capability to collect, aggregate, and analyze data to support operationalizing the assessment of Total Force Fitness (TFF) and the impact of doctrine, organization, training, materiel, leadership and education, personnel, facilities, and policy (DOTmLPF-P) initiatives implemented to address the TFF domain areas and the Departments goals of making the healthy choice the easy choice. The Contractor shall support efforts to identify optimal metrics that reflect TFF. Where possible, existing data and information technology (IT) systems shall be leveraged. •b. The Contractor shall provide analysis support of TFF including model development for exhibiting the data and validating outcomes that will provide meaningful information to the Joint Staff for operational planning, the Services, and Combatant Commands to help them focus maintenance and prevention efforts efficiently and to the programs that support Service members and their families to help them target community capacity support efforts. The Contractor shall work with key stakeholders to develop sufficient baseline standards for understanding when TFF is achieved; success must be defined to evaluate TFF initiatives as prescribed in Chairman of the Joint Chiefs of Staff Instruction (CJCSI) 3405.01. •c. The Contractor shall provide a variety of analytic services to support the interests of the Office of Joint Force Fitness (JFF) portfolio identified in the paragraph above. Attention is currently directed on pursuing systematic examination of operational process efficiencies, population health maintenance strategies, and the quality of interventions and their outcomes. Recommendations will provide input to the Assistant Secretary of Defense for Readiness (ASD(Readiness)) on designing the capability to collect, aggregate, and analyze data to support operationalizing the assessment of TFF and DOTmLPF-P initiatives. This task may require collaborating with existing information management programs, information technology capabilities and obtaining and maintaining of data sharing agreements. •d. The Contractor shall develop and execute a plan for this capability that demonstrates JFF is supporting business enterprise architecture compliance. A data dictionary reflecting this effort shall also be developed and maintained annually. Outcomes from this effort shall support the ASD (Readiness) with validating and reviewing TFF data. The Contractor shall provide quarterly metrics to the Director of JFF, the Joint Staff, and the ASD (Readiness) as required in response to data requests. Responses to Department of Defense (DoD) leadership, Congress, and the media may require very quick turnaround. These responses range from data tabulation requests to small analyses or studies requiring extract preparation and processor construction. In addition to generating reports, this line of effort will require a graphical user interface. Mishap data shall be included in predictive modeling of TFF and will be a priority. Capabilities to support this and the modeling efforts described above shall include geographic information system (GIS) and geo-mapping support. •e. In support of and as a record of these activities, the Contractor shall provide to the Government records of meetings/ minutes, a technical report on any studies, design, maintenance and capabilities of the TFF information ecosystem and how that is supporting analytics models as noted in previous paragraphs, the methodologies used to develop the analytic models and iterative design descriptions. •d. Knowledge of assessment, strategic guidance and updates of TFF DOTmLPF-P for Active Duty, Reserves, and National Guard •a. The Contractor shall complete any outstanding TFF Joint Capabilities Integration and Development System (JCIDS) documents in accordance with the JCIDS Manual and provide oversight of joint capability recommendations. •b. While the paradigms framing JFF's efforts include the TFF, National Prevention Strategy and the Robert Wood Johnson Foundation frameworks, the process supporting these efforts reflects the JCIDS. Assessment of DOTmLPF-P is required annually to foster strategic plans for the JFF portfolio. The Contractor shall support the Government in the development of specific, measurable, assignable, and realistic and time based (SMART) goals for each TFF domain area and each work streams in the JFF portfolio. •c. The Contractor shall assist the Government in determining whether an initiative, activity or policy fits within JFF and their priorities will be assessed and evolved. The Contractor shall ensure that gaps identified through this process shall be addressed through the coordination and support of the JFF team responsible for aligning well- being optimization efforts across the Services, the Joint Staff, and the Office of the Secretary of Defense (OSD). Current priority determination includes analysis of the quantitative and qualitative impact on readiness, recognition of the National Defense Authorization Act (NDAA) and Pentagon leadership priorities and assessment of the capacity of the JFF team. •e. Knowledge of pilot analysis for developing strategic plans. •a. The Building Healthy Military Communities (BHMC) Pilot is a five-year pilot initiated in 2017. The BHMC pilot aims to better understand unique challenges faced by geographically dispersed Service members (particularly those in the Reserves and the National Guard) and their families that may impact their readiness, resiliency and well-being. The BHMC team is composed of representatives from JFF, the Services, the National Guard and the Uniformed Services University of Health Sciences Consortium for Health and Military Performance (USUHS/CHAMP). •b. Seven states have been selected for this pilot and they include: • i. Florida, Indiana, Maryland, Minnesota, Mississippi, New Mexico and Oklahoma. •c. A rapid needs assessment was conducted to identify requirements. The Contractor shall continue this pilot; this will require quarterly Program Management support to Key Personnel in each state that provide programs or develop policies that impact Service members and their families. •d. State coordinators have been hired to support this effort and are located in each state. JFF is responsible for coordination, oversight and project management for this effort. Additionally, JFF is responsible for assessing the impact of strategic plans on TFF. Interventions include, but are not limited to, the use of a strategic plan for targeted community capacity building, an information campaign to ensure effective communication of initiatives and resources to Service members and their families and lastly, increased utilization of mobile health technologies to reduce barriers in accessing information and connecting with resources. Outcomes shall inform DoD's long term strategic plan for improving support and readiness of geographically dispersed Service members and their families across the Active Duty and Reserve Components. •e. In support of and as a record of these activities, the Contractor shall provide to the Government records of meetings/ minutes, a technical report on the execution and outcomes of the pilot. This should reflect analytics models as noted in previous paragraphs, the methodologies used to develop the analytic models and iterative design descriptions. •f. Knowledge of developing a collaborative working environment for stakeholder buy-in. •a. To succeed, the JFF portfolio requires a level of effort focused on developing and maintaining strategic partnerships. The Contractor shall work with the Military Services, OSD components and the Joint Staff to develop an engagement structure that is collaborative and value-added for all concerned. Further, the Contractor shall engage Federal, State, local and Non-Governmental organizations, as appropriate, to foster support for achieving TFF in the communities where individuals live, learn, work and play. This task requires knowledge of the Department's and the Federal Government's rules and regulations for engaging the Services, OSD components, the Joint Staff, and the public. This task is essential to the success of JFF's mission. The Contractor shall engage key stakeholders on a regular basis, including the review and oversight of working groups supporting the JFF portfolio. An outcome of this task shall be a governance process for ensuring alignment and coordination of TFF efforts across the Department. •b. In support of and as a record of TFF committee meetings and activities, the Contractor shall provide to the Government records of meetings/minutes. The Contractor shall create and maintain a rolodex of partners to reflect the collaborative working environment. If your firm is capable of providing the requirements described above, please provide a Capability Statement to Ms. Dawn Albertini at Dawn.M.Albertini2.civ@mail.mil. A vendor responding to this RFI with generic material only, such as brochures, advertisements or other generic material, is highly discouraged. No questions will be entertained at this time. Note to Vendors: Limitations of Subcontracting: In accordance with FAR 52.219-14--Limitations on Subcontracting (Jan 2017)- (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Applicability. This clause applies only to-- (1) Contracts that have been set aside or reserved for small business concerns or 8(a) concerns; (2) Part or parts of a multiple-award contract that have been set aside for small business concerns or 8(a) concerns; and (3) Orders set aside for small business or 8(a) concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for -- (1) Services (except construction). At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials. (3) General construction. The concern will perform at least 15 percent of the cost of the contract, not including the cost of materials, with its own employees. (4) Construction by special trade contractors. The concern will perform at least 25 percent of the cost of the contract, not including the cost of materials, with its own employees. (End of Clause) Responses Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Should your firm desire to submit a capability statement, it should demonstrate the Offeror's experience and expertise to provide the services identified in the sample task listed above, within the time frame required. Parties may begin submitting responses to this request for information immediately. If the information provided contains propriety information, such information must be clearly identified with appropriate disclaimers. Capability Statements in Microsoft Word for Office 2007 compatible format are due no later than 27 August 2018 at 12:00 PM ET. RFI Responses shall be limited to eight (8) pages, not including cover and administrative pages and submitted via e-mail to Ms. Dawn Albertini at Dawn.M.Albertini2.civ@mail.mil. Responses shall be written using a 10 point font size or larger. Statements should not exceed 8 pages in length, excluding cover and administrative pages. The subject line of the email should read as follows "PANMRA-18-P-0000 017676 JFF RFI".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/PANMRA18P0000017676JFFRFI/listing.html)
- Place of Performance
- Address: United States
- Record
- SN05033961-W 20180815/180813231200-1ae7bf04e976aea921d6feb89a7afab7 (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 |