Search Contract Opportunities

Technical and Administrative Support Services for the U.S. Army Medical Research and Development Command (USAMRDC), Deputy Chief of Staff for Operations (DCSOPS)

ID: SW_2024_DCSOPS • Type: Sources Sought

Description

This RFI/SS is issued solely for information and planning purposes and shall not be construed as a solicitation, restrict the Government as to the ultimate acquisition approach, or serve as an obligation on the part of the USAMRDC. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are advised that the United States Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI/SS will be solely at the interested responder's expense. Not responding to this RFI/SS does not preclude participation in any future Request for Proposal, if any is issued. No evaluation letters and/or results will be issued to Responders responding to this RFI/SS.

The information resulting from this RFI/SS will determine interest and capabilities available in the marketplace; and will assist in developing acquisition strategy.

The DCSOPS delivers a broad range of administrative, technical, and operational support and services to USAMRDC, the Army, Department of Defense (DoD), international partners, internal & external parties, and other Federal Agencies. DCSOPS helps USAMRDC leverage mutually beneficial capabilities from partners and fosters collaboration initiatives.

The objective of this requirement is to provide technical and administrative support services to the DCSOPS within USAMRDC headquarters by carrying out activities that support DCSOPS missions and responsibilities. Some of the tasks under this requirement require an active SECRET clearance for performance for duties. All staff must have a minimum of a Tier 1 (T1) background investigation. A SECRET Facility Clearance will be required at time of award for performance under this requirement. Specific tasks are detailed in the attached draft Performance Work Statement (PWS). The main support and task categories cover three main areas: Outreach and Innovation Support, Operations Support and Management, and Partnership Support. These are outlined in the draft PWS in section 2.2.

How to Respond:

Please submit a Capability Statement that describes relevant experience, expertise, and capabilities based upon the size and scope of this requirement as outlined in the draft PWS.

Each response should include the following business information and must not be more than ten (10) pages in length:

a) Company name, mailing address, e-mail address, telephone, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives.

b) Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses.

c) Unique Entity ID number, CAGE Code, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in System for Award Management (SAM, at www.sam.gov) to be considered as potential sources.

d) Any and all Government IDIQ Contracts (e.g. Federal Supply Schedule, OASIS, etc.) you currently hold (to include the vehicle and your contract number) that could be used to fulfill this requirement.

e) Describe your organization's specific and relevant experience and expertise to fulfill this requirement. Experience must be of similar size and scope. Please provide examples or provide references of previously completed deliverables related to thisrequirement.

f) Provide Information relating to capabilities, novel ideas, industry best practices, industry capabilities to meet the needs of the Government's requirement as outlined in the draft PWS. Do not regurgitate the draft PWS tasks, rather, outline company specific capabilities that match the work outlined in the draft PWS in order for the Government to make a fair capabilities determination.

g) Confirm that your organization has the ability to provide personnel with SECRET clearances.

h) Confirm that your organization currently possesses a SECRET Facility Clearance (or will at time of award).

Capability statements will be reviewed for (1) Relevant experience based on the size and scope of the outlined requirement; (2) Company specific capabilities that match the work outlined in the draft PWS. The formal closing date for this RFI/SS and for the submission of all responses is NLT 8 February 2024 at 12:00PM ET. All responses shall be submitted electronically using PDF or MS Word formats to the POC, Ms. Skylar Wells at skylar.a.wells2.civ@health.mil. The Government will not entertain questions regarding this RFI/SS. All responses received will be considered; however, a determination by the Government not to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government.

Attachment:

  • Draft Performance Work Statement
Background
The RFI/SS is issued for information and planning purposes and shall not be construed as a solicitation. The DCSOPS delivers administrative, technical, and operational support to USAMRDC, the Army, DoD, international partners, and other Federal Agencies. The objective of this requirement is to provide technical and administrative support services to the DCSOPS within USAMRDC headquarters by carrying out activities that support DCSOPS missions and responsibilities.

Work Details
The contractor shall perform a broad range of administrative and technical support services to facilitate the DCSOPS mission and workload assignments. The main support and task categories include Outreach and Innovation Support, Operations Support and Management, Partnership Support, and USAMRDC Transition Support. Specific tasks include preparing materials for staff, overseeing GEMS Program activities, providing administrative support, managing operational activities worldwide, promoting USAMRDC activities to external audiences, supporting transition from the U.S. Army Futures Command to the Defense Health Agency (DHA), and more.

Period of Performance
The resultant contract shall be for a base year period of performance of 12-months commencing on the date of award with four consecutive 12-month option periods.

Place of Performance
Contractor personnel shall be located on Ft. Detrick in Government provided facilities. The bulk of the support provided will be to teams located on Ft. Detrick, but support will also be provided to customers in the Washington D.C. metro area.

Overview

Response Deadline
Feb. 8, 2024, 12:00 p.m. EST Past Due
Posted
Jan. 25, 2024, 12:24 p.m. EST
Set Aside
None
Place of Performance
Frederick, MD 21702 United States
Source
SAM

Current SBA Size Standard
$19.5 Million
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
20%
On 1/25/24 Defense Health Agency issued Sources Sought SW_2024_DCSOPS for Technical and Administrative Support Services for the U.S. Army Medical Research and Development Command (USAMRDC), Deputy Chief of Staff for Operations (DCSOPS) due 2/8/24. The opportunity was issued full & open with NAICS 541990 and PSC R499.
Primary Contact
Name
Skylar Wells   Profile
Phone
None

Documents

Posted documents for Sources Sought SW_2024_DCSOPS

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought SW_2024_DCSOPS

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought SW_2024_DCSOPS

Similar Active Opportunities

Open contract opportunities similar to Sources Sought SW_2024_DCSOPS

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE HEALTH AGENCY (DHA) > ARMY MED RES ACQ ACTIVITY
FPDS Organization Code
97DH-HT9425
Source Organization Code
500183069
Last Updated
Feb. 23, 2024
Last Updated By
skylar.a.wells2.civ@health.mil
Archive Date
Feb. 23, 2024