Program Management Support Services (PMSS) RFI

Agency: DEPT OF DEFENSE
State: Virginia
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159450018863440
Posted Date: Apr 4, 2024
Due Date: Apr 4, 2024
Solicitation No: HT001123RFI0159
Source: Members Only
Follow
Program Management Support Services (PMSS) RFI
Active
Contract Opportunity
Notice ID
HT001123RFI0159
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 04, 2024 08:21 am EDT
  • Original Published Date: Apr 05, 2023 09:48 am EDT
  • Updated Response Date: Apr 04, 2024 03:00 pm EDT
  • Original Response Date: Apr 28, 2023 03:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: May 10, 2024
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R408 - SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Falls Church , VA 22042
    USA
Description

PLUSHING QUESTIONS AND RESPONSE. WE ARE NO LONGER ACCEPTING INQUIRIES TO THE MARKET RESEARCH.





DEFENSE HEALTH AGENCY (DHA)



Request for Information (RFI) - HT0011-23-RFI-0159





DHA Program Executive Office Medical Systems/Chief Information Officer J-6



Solution Delivery Division



Special Notice





Request for Information (RFI) – Program Management Support Services (PMSS)






  1. The Defense Health Agency, Contracting Activity, Professional Services – Contracting Division (PS-CD) is conducting market research to identify potential Contractors that may possess the expertise, capabilities, and experience to meet the PMSS requirements. The attached "DRAFT" Performance Work Statement (PWS) details the tasks required to meet the Government’s objectives and satisfactorily accomplish the PMSS requirement. The Government is seeking Industry comment on the draft PWS.

  2. The Acquisition Plan for this effort has NOT been finalized and this is NOT a Request for Proposal. In accordance with Federal Acquisition Regulation (FAR) 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Contractors responding to this request are advised that participation does NOT ensure opportunities for future solicitations or contract awards. The Government will NOT reimburse any Contractor or individual for any expenses associated with preparation or participation in this RFI.

  3. The North American Industrial Classification (NAICS) code for this acquisition is 541611 – Administrative Management and General Management Consulting Services with a Size Standard of $24.5M. The contract will require access to classified facilities and will include a DD Form 254, Department of Defense (DoD) Contract Security Classification Specification.

  4. The Government is only requesting responses from prime contractors. Prospective subcontractors should provide responses and questions as a combined response with their prime contractor. Please note that this requested information does not obligate the U.S. Government to incorporate any solicited comments, nor does it obligate the Government to procure services. Proprietary information should not be included in the RFI response. Responses to this RFI will not be returned. The Government is not liable to pay any costs associated with companies responding to this RFI

  5. When responding to this RFI, provide evidence that your company/team has the capability to perform the entire scope of work.



The Government estimates 300+ personnel to support all task requirements in:



1) General Program Management Support



2) Specialized Support



3) Financial and Acquisition Support



4) Program Executive Office- Medical Systems (PEO-MS) CIO Operations



5) Information Technology Program Management Support





In accordance with FAR 9.6, Contractor Team Arrangements (CTAs) are acceptable. In responding to the below questions, please explain in detail any teaming arrangements and how your team could meet the PMSS requirements.



SPECIFIC QUESTIONS:






  1. Provide the following information about your company. If submitting a team response, please include the requested information for all companies on the team:

    1. Company Name

    2. Point of contact (POC)

    3. Address

    4. POC Phone Number

    5. POC email address

    6. Business Type (e.g., Large Business, Small Business, Small Disadvantaged Business, 8(a), HUBZone, Woman-owned Small Business, Service-Disabled Veteran-owned Small Business, Veteran-owned Small Business)

    7. Indicate if your company possesses a Facility Security Clearance. If so, indicate at what level.



  2. Use the template below to provide requested information for up to three (3) projects/contracts your company/team has performed within the past five (5) years that are similar in size, scope and complexity to the PMSS requirement. Please complete one table per project/contract, which can be government or commercial.





Agency/Customer



Project Name



Contract Vehicle and Task Order Number (if applicable)



Funded/Obligated contract value, or in the case of a Task Order, the Task Order Value (for base and options)



Total # of FTEs performing on project



Period of Performance (for base and options)



List all Places of Performance (CONUS and/or OCONUS)



Prime or Subcontractor



% of Work Performed



Description of work performed



Security Clearance requirements (number of personnel and level of clearance and/or designation such as IAT or IT Levels)




  1. Describe your company’s unique or innovative experience within the last five (5) years with medical related business, financial, acquisition, audits, program and project management, information technology (IT), and training expertise in programs involving medical support worldwide.

  2. Describe your company’s experience, processes, and abilities in transitioning into a new contract similar in size and scope to PMSS.

  3. Describe how your company will ensure the ability to staff 300+ professional skilled personnel, with a variety of business, financial, acquisition, portfolio management, information management and IT expertise.

  4. Since task orders and option periods may be awarded subject to the availability of funding, describe how your company will ensure the ability to acquire and maintain skilled personnel, including retaining current personnel, during times of delayed financial resources.

  5. Which PWS task areas can be effectively performed under a Firm Fixed Price (FFP) pricing arrangement, and how would the services be measured (e.g., deliverables, service levels)? Which PWS task areas would be more effectively managed under a Labor Hour pricing arrangement?

  6. What evaluation factors for award (evaluation criteria) do you recommend the government consider for this requirement that would help differentiate potential offerors?

  7. Please provide questions, comments, and recommendations on the Draft PWS, or general questions/comments, using the attached comment matrix (PMSS Comment Matrix).



Contractors will be required to be registered through the System for Award Management (SAM) at SAM.gov/Home to be eligible for award of Government contracts.



Responses are due by 3:00 PM ET on April 28, 2023. The response to this request for information is limited to no more than 15 pages (8.5x11 inches), single spaced, 12pt font, in MS Word document or Rich Text File format and the attached comment matrix. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed.



All questions, comments, and suggestions should be sent via an e-mail to Ms. Nakaura Yusuf (nakaura.c.yusuf.civ@health.mil), Procuring Contracting Officer (PCO) and Clarissa Y Smith (Clarissa.y.smith.civ@health.mil) Program Office. ALL EMAILED CORRESPONDENCE TO THE PCO MUST INCLUDE THE RFI NUMBER AND PROGRAM TITLE IN THE SUBJECT LINE.


Attachments/Links
Contact Information
Contracting Office Address
  • PROF SERVICES CONTRACTING DIV PS-CD 7700 ARLINGTON BLVD.
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 5, 2023[Special Notice (Updated)] Program Management Support Services (PMSS) RFI
Jun 15, 2023[Special Notice (Updated)] Program Management Support Services (PMSS) RFI

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >