Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 26, 2020 SAM #6723
SOURCES SOUGHT

99 -- REQUEST FOR INFORMATION (RFI) Defense Health Agency (DHA) Omnibus 4 Military Medical Research

Notice Date
4/24/2020 11:20:44 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
DEFENSE HEALTH AGENCY - FALLS CHURCH FALLS CHURCH VA 22041 USA
 
ZIP Code
22041
 
Solicitation Number
HT0011-21-RFI-0068
 
Response Due
5/18/2020 9:00:00 AM
 
Archive Date
06/02/2020
 
Point of Contact
Erwin Rivera, Timothy Klopfer
 
E-Mail Address
ERWIN.RIVERA.CIV@MAIL.MIL, timothy.s.klopfer.civ@mail.mil
(ERWIN.RIVERA.CIV@MAIL.MIL, timothy.s.klopfer.civ@mail.mil)
 
Description
DEFENSE HEALTH AGENCY (DHA) REQUEST FOR INFORMATION (RFI) - HT0011-21-RFI-0068 1. RFI Title: Defense Health Agency (DHA) Omnibus 4 Military Medical Research 2. Agency: Defense Health Agency (DHA) 3. Office: Deputy Assistant Director, Research and Development (DAD R&D) (J9) 4. Contracting Office: Professional Services Contracting Division (PSCD) 5. Location: CONUS, OCONUS, and Overseas throughout US Department of Defense (DoD) 6. Disclaimer: In accordance with Federal Acquisition Regulation (FAR) 15.201 ""Exchange with industry before receipt of proposals,"" this RFI is for planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the DHA or DoD activities. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. In keeping with the standards of FAR Part 10, the Government may request additional informational from responders. Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. All information received in response to this RFI and any follow-up informational requests that are marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained. 7. Background: The DHA is a joint, integrated Combat Support Agency that enables the Army, Navy, and Air Force medical services to provide a medically ready force and ready medical force to Combatant Commands in both peacetime and wartime. The DHA supports the delivery of integrated, affordable, and high quality health services to Military Health System (MHS) beneficiaries and is responsible for driving greater integration of clinical and business processes across the MHS. DHA leadership includes the three Surgeons General of the Army, Navy, and Air Force. 8. Scope and Purpose: The DHA has a broad-scope requirement for the conduct and support of military medical (1) research and development support and services (2) regulatory processes (such as clinical trials and Government approvals) and (3) translation science support and services. Translation in this context is migrating science and enhanced technology (including equipment) into the military medical treatment facilities. Refer to the attached DRAFT Statement of Objectives (SOO) for additional information regarding this RFI. 9. Draft Statement of Objectives (SOO): DRAFT SOO is included with this RFI for informational purposes and identifies the scope of work. DEFENSE HEALTH AGENCY (DHA) REQUEST FOR INFORMATION (RFI) - HT0011-21-RFI-0068 1. RFI Title: Defense Health Agency (DHA) Omnibus 4 Military Medical Research 2. Agency: Defense Health Agency (DHA) 3. Office: Deputy Assistant Director, Research and Development (DAD R&D) (J9) 4. Contracting Office: Professional Services Contracting Division (PSCD) 5. Location: CONUS, OCONUS, and Overseas throughout US Department of Defense (DoD) 6. Disclaimer: In accordance with Federal Acquisition Regulation (FAR) 15.201 ""Exchange with industry before receipt of proposals,"" this RFI is for planning purposes only at this time and shall not be construed as a solicitation or as an obligation on the part of the DHA or DoD activities. Neither unsolicited proposals nor any other kind of offers will be considered in response to this RFI. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. In keeping with the standards of FAR Part 10, the Government may request additional informational from responders. Responders are solely responsible for all expenses associated with responding to this RFI or any follow-up information request. All information received in response to this RFI and any follow-up informational requests that are marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. At this time, questions concerning the composition and requirements for a future request for proposal will not be entertained. 7. Background: The DHA is a joint, integrated Combat Support Agency that enables the Army, Navy, and Air Force medical services to provide a medically ready force and ready medical force to Combatant Commands in both peacetime and wartime. The DHA supports the delivery of integrated, affordable, and high quality health services to Military Health System (MHS) beneficiaries and is responsible for driving greater integration of clinical and business processes across the MHS. DHA leadership includes the three Surgeons General of the Army, Navy, and Air Force. 8. Scope and Purpose: The DHA has a broad-scope requirement for the conduct and support of military medical (1) research and development support and services (2) regulatory processes (such as clinical trials and Government approvals) and (3) translation science support and services. Translation in this context is migrating science and enhanced technology (including equipment) into the military medical treatment facilities. Refer to the attached DRAFT Statement of Objectives (SOO) for additional information regarding this RFI. 9. Draft Statement of Objectives (SOO): DRAFT SOO is included with this RFI for informational purposes and identifies the scope of work. 10. North American Industry Classification System (NAICS) Code: The NAICS code for this potential action is 541715 � Research & Development in the Physical, Engineering, and Life Sciences (except Biotechnology) Services with a Size Standard of 1,000 employees and 541714 Research & Development in the Physical, Engineering, and Life Sciences (except Biotechnology) with a Size Standard of 1,000 employees. 11. Capability Statement: To be eligible for submitting any future proposal, contractors must have experience working within the industry, and in related government sector(s), and be thoroughly familiar with medical research and guidelines. Respondents must provide proof of experience if requested. The offeror shall include with the Capability Statement relevant experience from three (3) contracts within the last five (5) years that demonstrate relevant successful past experience. Provide title, brief description of the scope, description of the contract and Government agency name for which the work was performed. The Capability Statement shall address the following comprehensive military medical requirements: 11.1 Research and development support and services; 11.2 Regulatory processes (such as clinical trials and government approvals); and 11.3 Translation science support and services. 12. Anticipated period of performance: 5-year base ordering period with one 5-year option period. 13. Instructions to Responders: 13.1. The Government appreciates responses from all capable and qualified sources. 13.2. The subject header of the e-mail for submission of questions and/or the RFI response shall be: HT0011-21-RFI-0068 13.3. Interested firms should submit a response (Capability Statement) that demonstrates the Offeror�s ability to perform in one or more of the areas the scope of work identified in this RFI and accompanying SOO. The Capability Statement shall not exceed ten (10) typed pages; additional sheets for cover page, table of contents, tables and charts will not be counted toward page limitation. 13.4. Format specifications include 12-point Arial font, single-spaced, single sided, 8.5 by 11 inch paper with 1-inch margins. All submissions must be in electronic form (as described below) and be in one of the following formats: Microsoft Word or Adobe PDF. a. Cover Page (1 page) i. Title ii. Organization iii. Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses) iv. Topic area(s) addressed (reference RFI Sections 8 and 9) b. Current Technical Expertise, Knowledge and Management Capability i. Executive Summary ii. Discussion of capabilities/challenges/ technologies iii. Technical response, the breadth of disciplines and experience, relevance of Offeror�s expertise that demonstrates a full understanding and experience of the support services required c. Brief summary of relevant experience pertaining to the requirement (for example government, academia or industry experience). d. List of citations and other relevant documents describing experience and past performance e. Include the following table when responding to this RFI. ��� -- SEE ATTACHED ""HT0011-21-RFI-0068 OMNIBUS 4 RFI 2020-04-24.PDF"" FOR TABLE -- 14. Disclaimer and Important Notes: The purpose of this RFI notice is to gain market knowledge. The Government is not obliged to award a contract or otherwise pay for the information provided in the responses received. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its responses are complete and sufficiently detailed to allow the Government to determine the organization's solution and qualifications to perform the work. Responders are advised that the Government is under no obligation to acknowledge receipt of the information received, or to provide feedback to respondents regarding any information submitted. After a review of the responses received, a presolicitation synopsis and solicitation may be published on System for Award Management, Beta at https://beta.sam.gov. Responses to this notice will not be considered adequate responses to a solicitation. 15. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in submitted responses. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). 16. Questions and Answers: All questions are required to be submitted NLT 3:00 PM EST on May 1, 2020. Answers to questions will be posted NLT 5:00 PM EST on May 8, 2020 unless otherwise stated via amendment to the RFI. All questions will be submitted in the attached excel format (file name QA TEMPLATE - HT0011-21-RFI-0068.xlsx). 17. Responses are due by 12:00 PM EST on May 18, 2020. All questions, comments, suggestions should be sent via e-mail to Mr. Erwin Rivera (erwin.rivera.civ@mail.mil), the Senior Contract Specialist and copy to Mr. Timothy Klopfer (timothy.s.klopfer.civ@mail.mil), the Chief, Professional Services Contracting Division. Confirmation of receipt will be provided only upon requested. Late responses will be considered on a case by case basis based on the merits of the response.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7dee203fc4ea4f6eae14732cb3baf379/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05635937-F 20200426/200424230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.