Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2011 FBO #3533
SOURCES SOUGHT

R -- Personal Financial Planner - USAFA

Notice Date
7/26/2011
 
Notice Type
Sources Sought
 
NAICS
523930 — Investment Advice
 
Contracting Office
Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
 
ZIP Code
80840-2315
 
Solicitation Number
PersonalFinancialPlannerUSAFA
 
Archive Date
8/20/2011
 
Point of Contact
Karen L Jackson, Phone: 719-333-4060, Marlene M. Kleckner, Phone: 719-333-8922
 
E-Mail Address
karen.jackson@usafa.af.mil, marlene.kleckner@usafa.af.mil
(karen.jackson@usafa.af.mil, marlene.kleckner@usafa.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. For the purpose of this acquisition, the North American Industry Classification System Code [NAICS] is 523930 and the size standard is $7,000,000.00. The purpose of this notice is to identify companies, in particular Small Business socio-economic categories capable and qualified of providing personal financial planning services for the 10th Force Support Squadron (FSS) Airman & Family Readiness Center (A&FRC), at the United States Air Force Academy, CO. It is anticipated that a firm-fixed price contract with a base period of one (1) year with four (4) one-year options will be awarded. The requirement will encompass a range of financial education, counseling regarding financial related issues, intervention, and referral services. Expertise includes, but is not limited to, state and local laws and regulations, usury laws, insurance, consumer issues, credit issues, and bankruptcy. Please see the attached Performance Work Statement (PWS) for further details. All responsible, capable, and interested business concerns serious about potentially providing a quote to provide these services are invited to respond. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary and the Government does not intend to pay for any information provided under this synopsis. Written responses will not be returned. If you are not interested in supplying this service, no response is necessary. Interested businesses are requested to provide the following information: 1. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. 2. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). 3. Appropriate written information and/or data supporting their capability to perform the required services 4. Whether your company has a Federal Supply Schedule and the FSS number. 5. Answers to the following questions: a. Have you provided this type of service in the past? References are requested. b. How long has your company been performing this type of service? c. What are your payment terms? d. Does your company provide the service or do you subcontract the work? e. Are you willing to submit to a contract with a base year and four option- years? f. If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. g. What is your estimated cost per year for this service? You will not be held to this price, it is only for market research purposes. The Performance Work Statement (PWS) for this service is attached. Comments and/or suggestions for possible changes to the attached PWS are encouraged and can be included with your capabilities information. If your firm is capable and qualified to provide the services required, respond in writing to the point of contact indicated within this announcement. Responses are due no later than 12:00 pm NOON Mountain Standard Time on 5 August 2011 by e-mail or fax to 719-333-9075. Questions and responses should be addressed to the Primary POC Karen Jackson, Contract Specialist, (719) 333-4060, or sent via e-mail to karen.jackson@usafa.af.mil. Alternate POC is Marlene Kleckner, Contracting Officer, (719) 333-8922, marlene.kleckner@usafa.af.mil. Contractors must have a current registration with the Central Contractor Registration (CCR) at http://www.ccr.gov and with Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov by time of award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/PersonalFinancialPlannerUSAFA/listing.html)
 
Place of Performance
Address: USAF Academy, USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02511142-W 20110728/110726235631-079f0011e621d5da29f6f087e241160b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.