SOURCES SOUGHT
99 -- EQUAL EMPLOYMENT OPPORTUNITY (EEO) COUNSELING
- Notice Date
- 3/18/2008
- Notice Type
- Sources Sought
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- SSC-Charleston_MKTSVY_59C5E
- Response Due
- 4/8/2008
- Point of Contact
- Point of Contact - Ruth A Goddard, Contract Specialist, 843-218-4114
- E-Mail Address
-
Email your questions to Contract Specialist
(ruth.goddard@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare Systems Center Charleston (SPAWARSYSCEN) is soliciting information from potential sources to provide Equal Employment Opportunity (EEO) counseling services for approx 3,000 employees. Performance locations may include but are not limited to the District of Columbia; Norfolk, VA; New Orleans, LA; Pensacola and Tampa, FL as well as Charleston, SC. Interested parties should provide corporate experience and past performance with projects that support the following criteria: - Experience with Federal employee EEO complaint processing - Demonstrated experience in interviewing; fact finding; distilling and summarizing information; and report writing - Demonstrated experience and understanding of Federal personnel practices including the National Security Personnel System (NSPS) - Ability to communicate orally and in writing - Ability to prepare necessary documents in a timely fashion - Experience building consensus and ability to recognize resolution opportunities This notice is for planning purposes only. It is anticipated that a solicitation will be issued under the Simplified Acquisition Procedures ($100,000.00 or less). Firms are invited to submit the appropriate documentation as described above in addition to any literature, brochures, and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a page limit of five (5) pages on data submitted. Responses shall be submitted to SPAWARSYSCEN Charleston, Code 2.2.2RG, Ruth Goddard at email: ruth.goddard@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8 (a), Women-owned, HUBZone, and/or Veteran-Owned Business; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform with respect to the stated requirements (do not include any documentation or percentages for any company other than your own. This is an analysis of your company???s abilities and what it can or cannot perform); (9) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract numbers, contract type, dollar value for each contract referenced, how this work demonstrates capability to perform percentages stated in number eight, and a customer point of contact with phone number (this information is required to verify offeror???s performance; the government may contact any reference for further validation.) NOTE: Teaming partnerships and joint ventures envisioned under FAR 52.219- 27 (c) and (d) for Service-Disabled Veteran Owned Small Businesses, and FAR 52.219-3 (c) and (d) for HUBZone Businesses established to meet the provisions of FAR 52.219- 14 ???Limitations on Subcontracting??? should provide the information requested in items 1 through 10 above, on each of the teaming partners. NOTE REGARDING SYNOPSIS: This synopsis is for information and planning purposes ONLY and is not to be construed as a commitment by the Government. This is NOT a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the evaluation. Based on the analysis of the responses hereto, the Government reserves the right to consider a set- aside for one of the small business preference groups (i.e. 8(a), SDB, SDV, etc.). The NAICS applicable to this announcement is 541612 with an associated size standard of $6.5 Million. The closing date for responses to this announcement is 16:00 EDT 8 April 2008.
- Web Link
-
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=F4909F18C0D76C1488257410004A8A87&editflag=0)
- Record
- SN01535570-W 20080320/080318225021 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |