Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
MODIFICATION

Q -- Personnel Security Medical Examinations - Performance Work Statement

Notice Date
9/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
621112 — Offices of Physicians, Mental Health Specialists
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division, 429 E. Bowen Rd. Stop 4015 - CL, 575 'I' Ave, Bldg 36, Ste 1116 - PM, China Lake/Pt Mugu, California, 93555-6108, United States
 
ZIP Code
93555-6108
 
Solicitation Number
N6893618R0067
 
Archive Date
10/19/2018
 
Point of Contact
Ashley Bruce, Phone: 760-939-8996, Corrine Gottshall, Phone: 760-939-1878
 
E-Mail Address
ashley.c.bruce@navy.mil,
(ashley.c.bruce@navy.mil, rocuring)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought to determine the availability and technical capability of all prospective businesses. All responsible sources are encouraged to respond. The results of this Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. The Naval Air Warfare Center Weapons Division (NAWCWD) Personnel Security (PERSEC) Department 740000D and the Department of Defense Central Adjudicative Facility (DODCAF) has a requirement to provide personnel security related professional medical evaluation services for all civilian and military employees at China Lake and Point Mugu, CA. DISCLAIMER: This sources sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. BACKGROUND: Medical evaluations are necessary to assess an employee's eligibility to obtain or maintain access to information related to National Security and DoD Information Technology systems. Depending on the specific circumstances, an employee may require a medical evaluation to assist in the determination of factors that could affect job performance and/or conduct. The evaluation will encompass one or more of the following areas but are not limited to: medical, psychological, psychiatric, emotional, sexual conduct, or substance use conditions which could impair his or her judgment, reliability, or trustworthiness. The work is currently being performed under contract number: N68936-16-C-0024. More information can be requested through the NAVAIR Freedom of Information Act (FOIA) at http://foia.navair.navy.mil. REQUIREMENTS: Refer to the attached Performance Work Statement (PWS) for scope of tasking on this requirement. The Contract Type for this requirement is anticipated to be a Firm-Fixed Price (FFP) and a Cost reimbursable contract for medical evaluations including travel IAW the PWS. The contract period of performance is anticipated to be one base year including four options years. ELIGIBILITY: The applicable NAICS code for this requirement is 621112. The anticipated Product Service Code (PSC) for this requirement is Q526. All interested parties must be registered in the System for Award Management at http://sam.gov/portal/sam. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages in length, 12-point font minimum) demonstrating ability to perform the services listed in the DRAFT PWS. This documentation must address, at a minimum, the following: 1. Title of the PWS you are submitting a capabilities statement package to. 2. Company Name; Company Address; Point-of-Contact (POC) name, phone, fax number, and e-mail address. 3. Company size for NAICS 621112 size standard $11M. 4. In your response, please include Company Size (Small or Large according to the NAICS and size standard listed); If your company is a Small Business, specify if your company is or is not each of the following: (a) Service-Disabled Veteran Owned Small Business (SDVOSB); (b) HUBZone Small Business; (c) 8(a) Concern; (d) Woman-Owned Small Business; (e) Economically Disadvantaged Woman-Owned Small Business. 5. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the services described in the PWS. 6. Company profile to include number of employees, annual revenue, office location(s), cage code, and DUNS number. 7. Resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located/working at the sites specified in the PWS. 8. Management approach to staffing this effort with qualified personnel. 9. The contractor's technical ability or potential approach to achieving technical ability specified in the PWS. 10. The contractor's capacity, or potential approach to achieving capacity, to conduct the requirements of the PWS. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed. 11. Contractor's adequate or approved business systems report, if available. The capability statement package shall be submitted by e-mail to the Contract Specialist (CS), Ashley Bruce at ashley.bruce@navy.mil by no later than 3:00 P.M. Pacific Time on 19 September 2018. Questions or comments regarding this notice may be addressed by email to the CS or PCO. Information and materials submitted in response to this sources sought WILL NOT be returned. Classified material SHALL NOT be submitted. Going forward, all new entities registering in GSA's System for Award Management (SAM), as well as existing registrations being updated or renewed, will require the submission of an original, signed notarized letter identifying the authorized Entity Administrator for the entity associated with the Data Universal Numbering System (DUNS) number before the registration will be activated. It is recommended that all interested parties be aware that processing this additional information may take several days and are proactive in maintaining the SAM registrations in an "Active" status as the government cannot award to an entity without an "Active" SAM registration. More information can be found at www.gsa.gov/samupdate.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6f8aa9490d5822fc208297d4dcef04bd)
 
Place of Performance
Address: China Lake and Point Mugu, California, United States
 
Record
SN05084404-W 20180913/180911231535-6f8aa9490d5822fc208297d4dcef04bd (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.