W9124J-19-R-EFMP(003)

expired opportunity(Expired)
From: Federal Government(Federal)
W9124J-19-R-EFMP(003)

Basic Details

started - 06 Feb, 2019 (about 5 years ago)

Start Date

06 Feb, 2019 (about 5 years ago)
due - 27 Feb, 2019 (about 5 years ago)

Due Date

27 Feb, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
W9124J-19-R-EFMP(003)

Identifier

W9124J-19-R-EFMP(003)
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708681)DEPT OF THE ARMY (133065)AMC (72600)ACC (74975)MISSION & INSTALLATION CONTRACTING COMMAND (25825)FDO SAM HOUSTON (2801)W6QM MICC-FDO FT SAM HOUSTON (564)
[object Object]

SetAside

8A(8(a) Set-Aside (FAR 19.8))

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

     THIS IS A Sources Sought Notice ONLY.  The U.S. Government desires to procure the Exceptional Family Member Program (EFMP) Respite Care Providers (RCPs) requirement on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.  Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside.  We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid
(IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the Government-wide Point of Entry.  It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.  This notice has been posted under the following NAICS code(s):  621610- Home Health Care Services, size standard $15K; 623990- Other Residential Care Facilities, size standards $11K, and 624120-Services for the Elderly and Persons with Disabilities, size standard $11K and 561110- Office of Administrative Services, size standard $7.5K (previously posted on 27 December 2018). A continuing need is anticipated for the EFMP Respite Care requirement, which is currently being fulfilled through NAF contract # NAFBA1-18-C-0041.  Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS), Technical Exhibits and Data Workloads.  In response to this sources sought, please provide: 1.  Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.  Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.  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), pertinent certifications, etc., that will facilitate making a capability determination.   4.  Information to help determine if the requirement service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.  Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6.  Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition.  Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.  Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice.  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7.  Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8.  Given the geographic range of this requirement, highlight your experience as it relates to a staffing approach similar to scope and complexity of the EFMP Respite Care Support Services which serves Installations across the United States to include Hawaii, Alaska and Puerto Rico.9.  Provide your experience managing background check requirements for respite care providers IAW the Performance Work Statement (PWS); Section 1- Personnel, 1.3.6 Background Checks Requirements for Respite Care Providers. 10.  The NAICS code for this requirement has not yet been determined.  In your opinion, which NAICS code would you suggest and why.   11. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm's potential to fulfil the requirements as depicted in the draft PWS.The Government will not return any information submitted in response to this notice. Responses to this sources sought notice shall be submitted on or before 1200PM CST on 27 February 2019 via email to Madeline Allison, Contract Specialist at madeline.m.allison.civ@mail.mil and Angelic Hatcher, Contracting Officer at angelic.m.hatcher.civ.civ@mail.mil. All questions MUST be in writing. In all responses, please reference "EFMP SSS W9124J-19-R-EFMP(003)" in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation currently exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis.  Primary Point of Contact:                                            Secondary Point of Contact:Madeline Allison                                                         Angelic M. HatcherContract Specialist                                                     Contracting Officer             Email: madeline.m.allison.civ@mail.mil                     Email:  angelic.m.hatcher.civ@mail.mil                                                                                                          

See PWS United StatesLocation

Place Of Performance : See PWS

Country : United States

Classification

624 -- Social Assistance/624120 -- Services for the Elderly and Persons with Disabilities
naicsCode 624120Services for the Elderly and Persons with Disabilities
pscCode 99MISCELLANEOUS