SOURCES SOUGHT
G -- Coast Guard Employee Assistance Program (CGEAP
- Notice Date
- 5/12/2011
- Notice Type
- Sources Sought
- NAICS
- 624190
— Other Individual and Family Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-11-I-PMD151
- Point of Contact
- Judy S. Suttles, Phone: 2024753784, Wendy Stevenson, Phone: 202-475-3214
- E-Mail Address
-
judy.suttles@uscg.mil, wendy.stevenson@uscg.mil
(judy.suttles@uscg.mil, wendy.stevenson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. There is no solicitation available at this time. This Sources Sought Notice is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Government will not pay for any materials provided in response to this notice. If a solicitation is later released, it will be synopsized in FedBizOps. It is the potential business concerns responsibility to monitor this site for the release of any synopsis or solicitation. This effort is to seek qualified sources capable of fulfilling the requirements for to provide services in support of the CG Employee Assistance Program (EAP). This program will be a primary source of information for military members, civilian employees, and families. It provides CG members, civilians, and their families, about 125,000 persons, hereafter referred to collectively as Clients, who are located primarily within the U.S., a broad array of information and counseling services. These services shall be available through the Internet, telephone (via 800 number and collect calls) e-mail, and face-to-face, 24 hours a day, 7 days a week. The contractor shall maintain a number and be responsible for all costs associated with the toll free services including service provider fees and usage charges. The acquisition strategy has not been determined at this time. The applicable NAICS code is 624190 Social Assistance-Other Individual and Family Services with a small business size standard of $7 million in annual revenue. If you are capable of fulfilling this requirement, please indicate your interest by sending an capability statement via e-mail (only) no later than 26 May 2011 to judy.suttles@uscg.mil. It is requested you include any recommendations based on the attached draft Performance Work Statement. Include the following information in your Capability Statement email (elements should not exceed 12 pages): 1. Prospective Offeror Identification: a. Company name and commercial and government entity (CAGE) code b. Address c. Phone Number d. Fax Number e. Email address f. Point of Contact information g. A website address that provides additional information about the prospective business h. Identify your company type: i.e. a large or small, small disadvantaged, 8a, veteran owned small business, service disabled veteran owned small business, woman-owned small business, Native American and/or HUB zone business that is supported by a current registration status of active in the Central Contractor Registration (CCR) https://www.bpn.gov/ccr/default.aspx. Include your company's North American Industry Classification System (NAICS) code. i. Provide your company’s DUNS number. 2. Your capability statement should demonstrate a firm understanding of the requirements, addressing the following, at a minimum: a. Provide a brief history of your business, to include organization structure, experience in providing this EAP product to the commercial market and have the resources necessary to fulfill the PWS requirements. b. Address innovative approaches you would recommend. c. Describe production, technical equipment and facilities the firm owns or has access to and has used. d. Describe how you will accomplish the implementation of the EAP for meeting the requirements identified in the draft Performance Work Statement. e. Describe subcontracting services previously utilized. f. Describe how your current commercial/federal contracts are structured. g. Furnish evidence of previous successful management and execution of other Employee Assistance programs. Note: This Sources Sought Notice is open to large businesses, small businesses and all other social economic businesses. Competition and set-aside decisions may be based on the results of this market research. ALL PROSPECTIVE OFFERORS MUST RESPOND TO THIS SYNOPSIS VIA INTERNET E-MAIL NO LATER THAN 26 MAY 2011. TELEPHONE REQUESTS FOR SOLICITATIONS WILL NOT BE ACCEPTED. The solicitation, when issued, will be available on the Internet at www.fbo.gov. NO SOLICITATION EXIST AT THIS TIME.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-I-PMD151/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN02446322-W 20110514/110512234521-fd19a4c81f31ace31f684ae6622a66dc (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 |