JBLM-HCC anticipates a Firm Fixed Price contract will be awarded. JBLM-HCC anticipates a base Period of Performance (POP) 1 September 2016 - 31 August 2017.
Information is being collected from all potential sources at this time. The Government will not answer any questions. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 621999; All other Miscellaneous Ambulatory Health Care Services. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. JBLM-HCC has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.
All interested parties shall submit a capabilities package. The capabilities package should be BRIEF and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or subprime contractor, whether it was in support of a Government or commercial contract, and what the scope of the experience. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Interested contractors will clearly explain how they intend to meet the stated requirements. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and Small business size certification, if applicable. Please submit one (1) electronic copy of your response to [email protected]. Statements should be submitted no later than Friday, 17 June 2016 at 12:00 (Noon) PM Pacific Standard Time (PST). The Government will not answer any questions.
The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information.