SOLICITATION NOTICE
R -- Research Support Services for Telemedicine and Advanced Technology Research Center (TATRC) - Draft Performance Work Statement
- Notice Date
- 11/6/2018
- Notice Type
- Presolicitation
- 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
- DMA-19-TATRC
- Point of Contact
- Dawn M. Albertini, Phone: 3016192269
- E-Mail Address
-
Dawn.M.Albertini2.civ@mail.mil
(Dawn.M.Albertini2.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Performance Work Statement Request for Information (RFI) The U.S Army Medical Research Acquisition Activity (USAMRAA) in support of the Telemedicine and Advanced Technology Research Center (TATRC), 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 a 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). If awarded, it is anticipated the type of contract will be a combined Firm Fixed Price and Time and Materials contract. 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 and TATRC. 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 attached DRAFT Performance Work Statement (PWS). The DRAFT PWS is subject to change prior to a formal solicitation release. 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 to five years specifically with contracts similar in scope, complexity and size to meet the program objectives in accordance with the Draft PWS. •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. For the Sample Task listed below, provide capabilities that support the amount of relevant corporate experience, relevant experience which support and substantiate that the organization (to include support contractors, consultants, key personnel, and business partners) has current capabilities for assuring performance of this requirement. Experience shall show: (a) Appropriate mix and balance of education and training of team members and (b) Quality and effectiveness insofar as the allocation of personnel and resources. •d. Knowledge and experience with Program Management support services preferably with Government medical research, telemedicine or telehealth related services. •e. Knowledge and experience with software development, testing and implementation. The PWS outlines appropriate platforms that are most desired by the Government. •f. Knowledge and experience with biomedical engineering integration with unmanned systems, such as robotics. •g. Knowledge and experience with operational network design, planning & implementation. Experience and knowledge with military field network systems, would be preferable. If your firm is capable of providing the requirements described in the DRAFT Performance Work Statement (PWS), (specific Task listed above are required to show relevant experience for this RFI), 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 for GSA PSS Schedule holders: 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 draft PWS 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 16 November 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 chelsey.n.jahn.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 "DMA-19-TATRC" Maximum participation by small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns is encouraged. THIS IS NOT A SOLICITATION ANNOUNCEMENT OR REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/DMA-19-TATRC/listing.html)
- Place of Performance
- Address: Fort Detrick Maryland, Fort Gordon, Georgia, United States
- Record
- SN05144872-W 20181108/181106231107-0f56f43fd3bf4a4836921f7d00f9601a (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 |