Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:W911YNPREP1
This is not a solicitation announcement. This is a request for vendor feedback for a draft Statement of Objectives (SOO). The purpose of this draft is for the vendors to assist in constructing an SOO ...
This is not a solicitation announcement. This is a request for vendor feedback for a draft Statement of Objectives (SOO). The purpose of this draft is for the vendors to assist in constructing an SOO so that a solicitation can be finalized for the Physical Readiness and Enhanced Performance (PREP) Program. An additional purpose of this draft SOO is to gain knowledge of potential qualified sources and their size classification (Hubzone, 8(a), small, small disadvantage, service disabled veteran owned small business, etc.) relative to NAICS 621999, All Other Miscellaneous Ambulatory Health Care Services (size standard of $15 Million). (Note, in order to generate maximum participation, a duplicate draft SOO sought will be posted under NAICS 812990.) Responses to this draft SOO will be used by the Government to make appropriate acquisition decisions. After review of the responses to this draft SOO, a solicitation announcement may be published on the FedBizOpps website. Responses to this draft SOO are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this draft SOO. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract and with their local SBA office. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. INSTRUCTIONS: 1. Please see the attached draft Statement of Objectives (SOO) for the Physical Readiness and Enhanced Performance (PREP) Program. 2. If, after reviewing this document, you have any questions or comments that would make the SOO more actionable, please provide your responses to Doug Divine at douglas.d.divine.civ@mail.mil. Correspondence sent via e-mail shall contain a subject line that reads "PREP draft SOO questions and comments." Attachments with files ending in.zip or .exe are not allowable and files will be stripped and deleted from any emails received by the Government. Ensure only .pdf, .doc(x), or .xls(x) documents are attached to your email. 3. The goal of the FL ARNG is to provide a follow-on solicitation that is clear and specific enough to allow wide and accurate participation among the vendor pool. 4. This draft SOO is for all potential vendors. Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort. The acquisition strategy for this requirement has not been decided; however, the Florida Army National Guard is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Any information submitted by respondents to this draft SOO is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this draft SOO is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. Responses must be submitted electronically in a Microsoft Word or PDF compatible format to be received no later than 3:00 PM, EST, Friday, 2 May 2019. Direct all questions concerning this acquisition to Doug Divine at the above email address. Do not contact for information regarding acquisition strategy or regarding the potential solicitation posting date. A solicitation is not currently available. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A response to this draft SOO is not a request to be added to a prospective bidders list or to receive a copy of the solicitation.