Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 22, 2022 SAM #7357
SOURCES SOUGHT

Q -- DoDMERB Medical Services

Notice Date
1/20/2022 7:24:28 AM
 
Notice Type
Sources Sought
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
GSA FAS AAS REGION 7 FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
47QFWA22K0017
 
Response Due
1/31/2022 8:00:00 AM
 
Point of Contact
Erin Quinn-Neuendorf, Phone: 8178505577
 
E-Mail Address
erin.quinn-neuendorf@gsa.gov
(erin.quinn-neuendorf@gsa.gov)
 
Description
This Sources Sought/Request for Information (RFI) is for planning and information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute an Invitation for Bid (IFB), Request for Quote (RFQ) or Request for Proposal (RFP), nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For the purposes of this acquisition, the North American Industry Classification System Code (NAICS) code is 621111, Offices of Physicians (except Mental Health Specialists). All interested offerors shall have this NAICS on their SAM.Gov registration.� The size standard associated with NAICS 621111 is $12 million. Information received from this Sources Sought/RFI will be used solely for market research purposes. The Government shall use this market research in determining the best method of procurement, which is part of the acquisition planning process. No award will result from this Sources Sought/RFI. This Sources Sought/RFI shall be open from January 20, 2022 through January 31, 2022. All responses are due no later than 10:00 AM CST, January 31, 2022.� Responses shall be emailed to erin.quinn-neuendorf@gsa.gov. Responses to this notice will be used to further define the Government's requirement and determine if two (2) or more capable small businesses respond with information sufficient to support a small business set-aside. We encourage all interested large and small businesses capable of satisfying the requirement in full to identify their capabilities in meeting the requirement. A DRAFT Performance Work Statement (PWS) is attached. Not all PWS appendices are provided.� In addition to a capability statement, all interested firms are highly encouraged to submit comments regarding the PWS, NAICS code, evaluation criteria, etc.� While all comments will be reviewed, the Government may or may not respond directly to the firm submitting the comments. There is no page limit for comments. This requirement is expected to begin performance on June 1, 2022 with a thirty (30) day transitional period.� Full performance will begin on July 1, 2022. Capability statements from interested firms shall be limited to ten (10) pages, single spaced in Times New Roman 12 pt. font. Please provide a concise capability statement that includes: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding business size status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial). The narrative shall draw direct correlations and relate directly to the requirement described in the draft PWS and shall directly demonstrate the interested contractor's capabilities to perform the effort herein through the examples of past experience provided. Please ensure that the capability statement specifically addresses the ability to provide and maintain a secure website program. Interested firms are also requested to provide responses to the attached Market Research Questionnaire. Failure to provide the information as requested by the due date will result in the Government's continuance of the acquisition planning phase, without considering the capabilities of the contractors who do not respond timely. NO PHONE CALLS PLEASE. ONLY RESPONSES VIA EMAIL SHALL BE ACCEPTED.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/326ef94ced624e23b54e3f80cfe3f93f/view)
 
Record
SN06221771-F 20220122/220120230113 (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.