Search Contract Opportunities

DAF ACT COVID-19 Response Request for Information (RFI)   2

ID: FA811921SC001 • Type: Sources Sought • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Sept. 24, 2021, 12:21 p.m. EDT

Domestic Industrial Base Expansion in Support of the National Response to the COVID-19 and/or Future Pandemics

PURPOSE/DESCRIPTION

Amendment 0001: The purpose of the amendment is to include additional language in the RFI and extend the proposal response date.

The Department of Health and Human Services (HHS), in collaboration with the Air Force's Acquisition COVID-19 Task Force (DAF ACT), is conducting a Request for Information (RFI) for information and planning purposes with the below priority access pre-requisite for initiatives executed under the American Rescue Plan Act of 2021:

By entering into this contract, the contractor agrees to be legally bound to provide priority access for a 10-year period, starting from the date of contract award, notwithstanding the conclusion of any other contractual commitments at the end of this contract's period of performance. Priority access is defined, for the purposes of this contract as: PRIORITY ACCESS: Means that the U. S. Government has priority access to [FILL IN DESCRIPTION & CAPACITIES THAT THE U.S. GOVT. WILL RECEIVE PRIORITY ACCESS TO] over performance under any other contract or order, and, for the purpose of assuring such priority, shall be required to accept and perform such contracts or orders in preference to any other contracts during this 10 year period. If the contractor novates or otherwise transfers responsibility for performance under this contract and commitments herein to any other entity, the priority access requirement shall follow the transfer and be the transferee will be legally bound to provide the priority access for the full 10-year period.

The intent of this RFI is to understand Industry's ability and willingness to provide the priority access as described and within the defined period. The COVID-19 pandemic caused a critical shortage of personnel protective equipment, pharmaceuticals, screening and diagnostics, and other medical domestic supply chain areas within our medical community. The current domestic Industrial Base Expansion efforts are designed to ensure that these critical shortages do not occur going forward. As the U.S. expands production, the U.S. Government (USG) would like to understand Industry's ability to provide priority access in these areas so domestic access remains viable and accessible within the U.S.

This language will apply to all areas of interest and mission areas that include but are not limited to:

  • PPE (e.g. masks/fiber/materials/gloves/gowns)
  • Screening & Diagnostics (e.g. rapid testing)
  • Pharmaceuticals
  • Vaccines
  • Logistics (e.g. supply chain, raw materials, etc.)
  • Medical (e.g. telehealth, medical capacity and sustainment, medical supplies and equipment, etc.)
  • OTHER- Any solution/proposal that is not covered by the above topic areas but support the national response to the COVID-19 pandemic or future pandemics.

CAUTION:

This market survey is being conducted to understand Industry's ability and willingness to provide the priority access as described and within the defined period to the domestic industrial base. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey.

INSTRUCTIONS:

  1. The document below contains the legal definition of priority access and the defined period as well as a Contractor Capability Survey. The Survey allows Contractors to provide their company's responses.
  2. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.
  3. Interested parties shall respond to this RFI in a White Paper that is in a Microsoft Word for Office 2000 compatible format. Reponses to Part II of the Vendor Survey shall be limited to two (2) pages and submitted to the PCO via email only. Any proprietary information shall be clearly marked and segregated. Responses are due no later than 3:00 PM EDT on 6 October 2021.
  4. Questions relative to this market survey should be addressed to the PCO, Mrs. April Davison at april.davison.dafact@afwerx.af.mil.

CONTRACTOR CAPABILITY SURVEY

Part I. Business Information

Please provide the following business information for your company/institution and for any teaming or joint venture partners:

Company/Institute Name:

Address:

Point of Contact:

CAGE Code:

  • Phone Number:
  • E-mail Address:
  • Web Page URL:
  • Your Industry: personnel protective equipment, pharmaceuticals, screening and diagnostics, or other medical domestic supply chain
  • Based on the Government proposed NAICS Code, state whether your company is:
  • Small Business (Yes / No)
  • Woman Owned Small Business (Yes / No)
  • Small Disadvantaged Business (Yes / No)
  • 8(a) Certified (Yes / No)
  • HUBZone Certified (Yes / No)
  • Veteran Owned Small Business (Yes / No)
  • Service Disabled Veteran Small Business (Yes / No)
  • System for Award Management (SAM) (Yes / No)
  • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).

Responses to the Capability Survey Part I and Part II must be received no later than 3:00 PM EDT on 6 October 2021. Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the PCO, April Davison at april.davison.dafact@afwerx.af.mil. Questions relative to this market research should be addressed to the PCO.

Part II. Capability Survey Questions

Please address questions as they relate to the Priority Access language indicated below:

By entering into this contract, the contractor agrees to be legally bound to provide priority access for a 10-year period, starting from the date of contract award, notwithstanding the conclusion of any other contractual commitments at the end of this contract's period of performance. Priority access is defined, for the purposes of this contract as: PRIORITY ACCESS: Means that the U. S. Government has priority access to [FILL IN DESCRIPTION & CAPACITIES THAT THE U.S. GOVT. WILL RECEIVE PRIORITY ACCESS TO] over performance under any other contract or order, and, for the purpose of assuring such priority, shall be required to accept and perform such contracts or orders in preference to any other contracts during this 10 year period. If the contractor novates or otherwise transfers responsibility for performance under this contract and commitments herein to any other entity, the priority access requirement shall follow the transfer and be the transferee will be legally bound to provide the priority access for the full 10-year period.

  1. Are there any restraints cohering to the priority access language stated above? Please be specific with your response.
  2. Would the priority access language affect overall cost? If so, how? Please explain.
  3. If cost is affected by the priority access, is there a way to mitigate that cost, or substantially decrease the impact? Please explain.
  4. Is there any part of the priority access language that would affect your willingness to propose?
  5. What changes to the language would you require in order to submit a proposal?
Posted: Sept. 24, 2021, 12:16 p.m. EDT
Posted: Sept. 22, 2021, 2:47 p.m. EDT
Posted: Sept. 15, 2021, 6:03 p.m. EDT

Overview

Response Deadline
Oct. 6, 2021, 3:00 p.m. EDT (original: Sept. 29, 2021, 4:00 p.m. EDT) Past Due
Posted
Sept. 15, 2021, 6:03 p.m. EDT (updated: Sept. 24, 2021, 12:21 p.m. EDT)
Set Aside
None
Place of Performance
United States
Source

Est. Level of Competition
Average
Odds of Award
21%
On 9/15/21 Air Force Sustainment Center issued Sources Sought FA811921SC001 for DAF ACT COVID-19 Response Request for Information (RFI) due 10/6/21. The opportunity was issued full & open with NAICS 54171 and PSC 9999.
Primary Contact
Name
April Davison   Profile
Phone
(937) 210-9860

Documents

Posted documents for Sources Sought FA811921SC001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Sources Sought FA811921SC001

Contract Awards

Prime contracts awarded through Sources Sought FA811921SC001

Protests

GAO protests filed for Sources Sought FA811921SC001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA811921SC001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA811921SC001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE SUSTAINMENT CENTER > FA8101 AFSC PZIOA
FPDS Organization Code
5700-FA8101
Source Organization Code
500021018
Last Updated
Oct. 21, 2021
Last Updated By
april.davison@us.af.mil
Archive Date
Oct. 21, 2021