SOURCES SOUGHT
99 -- Civilian Drug Free Workplace Collections and Medical Review Officer Support Services
- Notice Date
- 6/11/2024 3:16:25 PM
- Notice Type
- Sources Sought
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
- ZIP Code
- 203011000
- Solicitation Number
- STK061120241737
- Response Due
- 7/10/2024 8:00:00 AM
- Archive Date
- 07/25/2024
- Point of Contact
- Shacasia King, Phone: 5715740406, Lawan Ferguson
- E-Mail Address
-
shacasia.t.king.civ@mail.mil, lawan.d.ferguson.civ@mail.mil
(shacasia.t.king.civ@mail.mil, lawan.d.ferguson.civ@mail.mil)
- Description
- This Sources Sought Notice (SSN) is being issued for market research purposes ONLY and shall not be construed as a Request for Proposal (RFP/Request for Quote (RFQ) or as an obligation on the part of the requestor to acquire any products or services.� The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications from capable vendors.� This is not a solicitation announcement.� This notice neither constitutes a Request for Proposal (RFP), nor does it restrict the Washington Headquarters Services, Acquisition Directorate (WHS/AD) to the ultimate acquisition approach.�� If an RFP/RFQ is issued, it will be issued by the appropriate Government Contracting office and posted to the appropriate Government Point of Entry (GPE).� The requestor does not intend to pay for the Information requested herein.� All information provided is for Government planning use only.� If proprietary Information is provided, please mark as Proprietary for Government Use Only. This Sources Sought Notice (SSN) is being released by the Department of Defense (DoD), Washington Headquarters Services (WHS) / Acquisition Directorate (AD) on behalf of the Office of the Under Secretary of Defense for Personnel and Readiness (OUSD (P&R)).� WHS/AD is performing market research by issuing this SSN to obtain information and assist in determining the available, interest, and capability of potential firms to provide services for Civilian Drug Free Workplace Collections and Medical Review Officer Support Services.� The estimated period of performance for this requirement is for a base period of 12-months with four (4) 12-month option periods. Please reference the draft Performance Work Statement (PWS) for specific details as it pertains to the requirements of this notice. The Government encourages responses from �all� interested, capable sources including small business concerns (8(a) Certified concerns, Historically Underutilized Business Zone (HUBZone) concerns, Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Women-Owned Small Businesses (WOSBs) and Economically Disadvantaged Women-owned Small Businesses (EDWOSBs)) are encouraged to respond to this notice. Small businesses are defined based on the size standard associated with the NAICS code. For more information, visit: https://www.sba.gov/document/support-table-size-standards, and check your size using the SBA Size Standards Tool: https://www.sba.gov/size-standards/index.html. The Contracting Officer will use the responses received from this notice to determine the appropriate acquisition strategy for this effort, such as, if it is appropriate to either solicit as a small business set-aside or an unrestricted competition through Government Point of Entry (GPE) such as SAM.gov or issue an Indefinite-Delivery/Indefinite-Quantity (IDIQ), Blanket Purchase Agreement (BPA), or other �Government Wide Contract Vehicle�s. The Contracting Officer must determine if there is a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery in accordance with FAR 19.502-2(b) and FAR 19.203. If at least two (2) qualified small businesses are identified during this market research stage, any competitive procurement that may result will be conducted as a small business set-aside.� When responding please also include any capabilities that will be performed through teaming arrangements (i.e., subcontracting and/or joint ventures) .�The acquisition is a follow-on to contract number HQ0034-20-C-0036 that was awarded to Pembrooke Occupational Health, Inc., which is due to expire on January 26, 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0d966a1b6cae4d15840d8517b651b927/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07093968-F 20240613/240611230133 (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 |