SOURCES SOUGHT
R -- Database O&M / Data Entry - SOW
- Notice Date
- 8/3/2010
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- CPT-10-0803
- Point of Contact
- Roberta M Richardson, Phone: 202-231-8416
- E-Mail Address
-
roberta.richardson@dia.mil
(roberta.richardson@dia.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft SOW for FY11 Requirement The purpose of this Sources Sought is to determine if there are interested, qualified small businesses that are capable of performing the efforts described herein. A general statement of work is provided as attachment number 1 to this notice. In accordance with FAR 15.201(e), this request is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in the announcement. This is a Sources Sought regarding potential sources. The intent of this SOURCES SOUGHT announcement is to conduct market research to identify sources to support informed decisions to procure for the required services, i.e., a total small business set-aside action (e.g., SBA Certified 8(a), Service-Disabled Veteran Owned, HUBZone, Small Disadvantaged, Veteran-Owned, Women-Owned,), GSA task order, etc. Our intention is to specifically identify small businesses. This notice is a Request for Information (SOURCES SOUGHT) for all interested qualified small businesses that meet the requirements for this effort. The North American Industrial Classification System (NAICS) code is 518210 with a small business size standard of $25.0M. This is not an invitation for bid, request for quote or other solicitation. Responses to this sources Sought should address the following: 1. Part A. Capabilities and Technical Experience in response with the Statement Work for this requirement. 2. Part B. Technical and Management Approach in response to the Statement of Work for this requirement. 3. Company name, mailing address, e-mail address, telephone and FAX numbers, 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. 4. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 5. Business size for, size standard $ and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 6. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 7. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 8. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to in Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. Interested small business potential offerors are encouraged to respond to this notice. Responses shall directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail; and evidence that the contractor is viable to met the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Respondents shall address their capability, experience and knowledge directly correlated to the Project Requirements discussed in the attached SOW. Interested offerors should submit their capability statement not exceeding fifteen (15) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE on or before 3:000pm, Eastern Time, Aug 11,2010. The capabilities response shall be e-mailed to: Roberta.richardson@dia.mil. Responses to the notice will not be returned. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. NO PHONE CALLS WILL BE ACCEPTED. All questions relating to this sources sought synopsis shall be addressed to Roberta Richardson by e-mail. This request is for planning purposes only and shall not be construed as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any product or services. Responses will be treated as information only. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses to this announcement or the Government use of such information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/CPT-10-0803/listing.html)
- Place of Performance
- Address: See SOW 4.2, Charlotteville, Virginia, United States
- Record
- SN02227526-W 20100805/100804000001-fb556546c5847ef4a9f3335b0bf36f65 (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 |