Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Соединенных Штатов Америки


Recovery Care Management Support Services (Соединенные Штаты Америки - Тендер #58322760)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Соединенные Штаты Америки (другие тендеры и закупки Соединенные Штаты Америки)
Номер конкурса: 58322760
Дата публикации: 21-10-2024
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

Recovery Care Management Support Services

Active
Contract Opportunity
Notice ID
N0018925Q0013
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVSUP
Sub Command
NAVSUP GLOBAL LOGISTICS SUPPORT
Sub Command 2
NAVSUP FLC NORFOLK
Office
NAVSUP FLT LOG CTR NORFOLK

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Oct 21, 2024 11:44 am EDT
  • Original Response Date: Nov 01, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Nov 16, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: G099 - SOCIAL- OTHER
  • NAICS Code:
    • 624190 - Other Individual and Family Services
  • Place of Performance:
    VA 23459
    USA

Description

Request for Information (RFI) / Sources Sought Notice

Pursuant to FAR clause 52.215-3 entitled “Request for Information or Solicitation for Planning Purposes,” this announcement constitutes a Sources Sought Notice for information and planning purposes for qualified and experienced sources to provide Recovery Care Management (RCM) Support Services in support of Navy Expeditionary Combat Command (NECC) as defined in the attached draft Performance Work Statement (PWS). This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. It is not to be construed in any way as a commitment by the Government for any purpose other than to gain the information requested, nor will the Government pay for the information submitted in response. Interested parties are encouraged to respond to this RFI/Sources Sought Notice.

Scope

NECC, requires subject matter experts to provide non-clinical recovery care project management, analysis/assessment support, mission requirement identification, to the Navy Expeditionary Combat Command (NECC) Recovery Care Management (RCM) Program.

A DRAFT performance work statement is provided containing further details (see Attachment I).

Any potential contract(s) resulting from this RFI/Sources Sought Notice is anticipated to be a firm-fixed-price (FFP) type contract.

NAICS Code

The NAICS Code for this requirement is anticipated to be 624190, Other Individual and Family Services, with a size standard of $16M. The product service code (PSC) is G099, Social: Other.

Required Delivery Date

Performance is estimated to commence on or around 23 February 2025. The period of performance is anticipated to consist of one (1) 12-month base period and four (4) 12-month option periods and may include FAR clause 52.217-8, Option to Extend Services, to provide for an additional six (6) months of performance.

Capabilities Statement

This is a market research tool. The input provided will help the Navy ascertain the interest, capability, and capacity of potential businesses. If you are an interested business, NAVSUP FLC Norfolk appreciates your assistance in providing a capabilities statement addressing all the items below. Please limit your responses to the information being requested only. Standard company brochures will not be reviewed. Any technical questions and inquiries may be submitted within the response.

1. Full business name, address, point of contact, telephone number, and e-mail address

2. Contractor and Government Entity (CAGE) code and Unique Entity ID (UEI)

3. Size of business: Large Business, Small Business, Small Disadvantaged, 8(a), HUBZone, Woman-owned, Service Disabled Veteran-Owned, or other category

4. If the items can be obtained from an existing Government contract vehicle, to include GSA or SeaPort-NxG, provide the applicable contract number.

5. Indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. If subcontractors are to be used, provide the anticipated percentage of effort to be subcontracted and if a small or large business subcontractor will be used.

6. The Government is determining the acquisition strategy for this potential acquisition. If any potential acquisition will be a small business set-aside, then FAR clause 52.219-14, Limitations on Subcontracting, applies. Note that if there is sufficient demonstrated interest and capability among small businesses, a key factor in determining if an acquisition will be a small business set-aside is that two (2) or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14. If the Government determines that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 will be achieved, including specific details regarding teaming arrangements, and if subcontracts are to be used, provide the anticipated percentage of the effort to be subcontracted and whether small or large business subcontractors will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.

7. Please address the following in your response. Documentation of qualifications must be presented in sufficient detail for the Government to determine that your company possesses the necessary capabilities contained in this notice.

a. Contractor’s ability to provide the required services referenced in the attached Performance Work Statement.

b. Estimated time required to submit a proposal involving the following evaluation factors: technical, past performance and price.

Submission

Responses should be limited to no more than 10 standard typewritten pages in no less than 12 font size. Reponses should reference “NECC RCM Support Services” and shall be submitted by e-mail to Sherell Brown at sherell.g.brown.civ@us.navy.mil and Morgan Olszak at morgan.e.olszak.civ@us.navy.mil by 10:00 a.m. Eastern Time on 01 November 2024.

Again, this is not a request for proposals. Respondents will not be notified of any results. Please note that the information within this RFI/Sources Sought Notice may be updated and/or may change prior to an official solicitation, if any, is issued.

Attachments:

Attachment I – Draft Performance Work Statement

NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this Sources Sought Request for Information will be updated and/or may change prior to an official synopsis/solicitation, if any.

Attachments/Links

Contact Information

Contracting Office Address

  • ATTENTION CODE 301 1968 GILBERT STREET SUITE 600
  • NORFOLK , VA 23511-3392
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Oct 21, 2024 11:44 am EDTSources Sought (Original)

Источник закупки

Перейти

Импорт - Экспорт по стране Соединенные Штаты Америки

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2025, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru