THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Exceptional Family Member Program (EFMP) Respite Care Providers (RCPs) Support Services 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. The anticipated NAICS code(s) is 561110- Office Administrative Services, with a small business size standard of $7.5K.
A continuing need is anticipated for the EFMP Respite Care requirement, which is currently being fulfilled through current NAF contract # NAFBA1-18-C-0041.
BACKGROUND: The Installation Management Command, G-9, Army Community Service (ACS), has an ongoing mission requirement to provide temporary rest periods for Family members responsible for regular care of persons with severe disabilities or diagnoses. In accordance with DoDI 1342.22, Military Family Readiness, EFMP RC may be provided as part of the overall Exceptional Family Member Program.
There are currently 64,000 family members enrolled in the Army's EFMP.
Approximately, 300 (.00468%) of the enrolled individuals qualify for RC Services. These EFMs have special needs that require special care considerations. Finding and paying for special needs services can present significant challenges to military Families. Consequently, there is a need to maintain an Army-wide special needs RC program for Family members enrolled in the EFMP.
OBJECTIVE: The objective of the EFMP RC Program is to assist all Army components to include Army National Guard (ARNG) and the United States Army Reserve (USAR) Families with locating, selecting, and paying fees for quality RC service to support eligible Family members with special needs. The government will provide RC for individuals who meet the eligibility criteria for CONUS, Alaska and Hawaii enrollment and who have a severe disability or diagnoses.
Attached are the DRAFT Performance Work Statement (PWS) and corresponding Technical Exhibits.
For your information, the contract number and name of the incumbent:
Strategic Resources, Inc.
7927 Jones Branch Drive Ste. 600W
McLean, VA 22102-3329
Total Contract Value: $3,750,000.00 (Base + One (1) Option Periods
This requirement under consideration is being looked at as a five (5) year effort, which would include a one year base period and four (4) one year options.
RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this sources sought, vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include:
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 [email protected] 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. Recommendations to improve the approach/draft PWS for acquiring the identified items/services.
9. Provide a Rough Order of Magnitude (ROM) estimate based on the attached draft PWS and the anticipated period of performance.
10. 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 17 January 2019 via email to Madeline Allison, Contract Specialist at [email protected] and Angelic Hatcher, Contracting Officer at [email protected].
All questions MUST be in writing. In all responses, please reference W9124J-19-R-EFMP and EFMP 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. Hatcher
Contract Specialist Contracting Officer
Email: [email protected] Email: [email protected]