SOURCES SOUGHT
R -- Dual Business Process Management & Reengineering (BPMR)/Lean Six Sigma (LSS) Training & Certification
- Notice Date
- 5/2/2014
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Agriculture, Food and Nutrition Service, Contract Management Branch, 3101 Park Center Drive, Room 228, Alexandria, Virginia, 22302
- ZIP Code
- 22302
- Solicitation Number
- AG-3198-S-14-0039
- Archive Date
- 5/31/2014
- Point of Contact
- Joseph Hodges, Phone: 703-305-2683, David W. Lum, Phone: 7033052991
- E-Mail Address
-
Joseph.Hodges@fns.usda.gov, David.Lum@fns.usda.gov
(Joseph.Hodges@fns.usda.gov, David.Lum@fns.usda.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This SOURCES SOUGHT NOTICE is for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The purpose of this sources sought notice is to determine the interest and feasibility of service-disabled veteran-owned small business set-aside. This synopsis is for information and planning purposes and is not to be construed as a commitment by the U.S. Government, nor will the U.S. Government pay for information solicited. The information from this notice will help the USDA Food and Nutrition Service (FNS) plan their acquisition strategy or plan. The United States Department of Agriculture's (USDA's) Food and Nutrition Service (FNS) Contracts Management Division (CMD) is conducting market research to determine the availability and technical capability of certified service-disabled veteran-owned small businesses (SDVOSB) to provide FNS personnel Dual Business Process Management & Reengineering (BPMR)/Lean Six Sigma (LSS) training and certification with a much more direct focus on Lean and understanding the architecture of the core process itself, not just the performance (or Y-metric) data associated with it. The purpose of this requirement is to provide USDA Food and Nutition Service with a mix of BPM, BPR and Lean Six Sigma practitioners, process architects, information technologists, and operations experts. PLEASE NOTE THAT THIS IS NOT A REQUEST FOR PROPOSAL, NO SOLICITATION EXISTS AT THIS TIME. All responding SDVOSB firms are requested to identify their firm's size and type of business to the anticipated North American Industrial Classification System (NAICS) code. For this acquisition, the NAICS code is 611430, and the Small Business Standard is $10 Million. Teaming arrangements and joint ventures will be considered for any subsequent procurement based on the Government's market research, provided the prime contract is awarded to an applicable SDVOSB and that the SDVOSB provides fifty one percent (51%) or more of the support. Please submit the following information in your response: 1. Name and address of company and or companies (if there is a teaming arrangement or joint venture) 2. Technical expertise relevant to the requirement 3. Technical approach relevant of the requirement 4. Management approach relevant to the requirement 5. Corporate experience relevant to the requirement 6. Relevant past performance, including: • Contract name • Contracting Agency or Department • Yearly contract value (in $) • Period of performance • Description of work and how it relates to the requirements Submission requirements: 1. Limit the length of the packages to 10 pages. 2. 1 inch margins (top, bottom and sides). 3. Times New Roman font - 12 point. 4. Page limitation does not include (1 cover page or 1 letter of introduction page). 5. Do not include promotional materials. Interested SDVOSB firms responding to this market research must provide a capability statement demonstrating their experience, skills and capability to fulfill the Governments requirements for the above in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b). The capability statement shall be in sufficient enough detail, but not exceed twenty (10) pages limit, so that the Government can determine the experience and capability of your firm to provide the requirements above. The Government technical team will then assess the experience & capabilities. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and their email addresses. Your capability statement needs to include a list of three customers (Government/non-Government) within the past 3-years highlighting similar work in nature, scope, complexity, and difficulty and a brief description of the scope of work. Only electronic copies of capability statements will be accepted and should be emailed to: Joseph Hodges at joseph.hodges@fns.usda.gov and David Lum at david.lum@fns.usda.gov. The e-mail shall contain the following subject line: Response to Sources Sought Notice - AG-3198-S-14-0039 Dual Business Process Management & Reengineering (BPMR)/Lean Six Sigma (LSS) training and certification Requirement. A determination by the Government to proceed with the acquisition as a set-aside is within the discretion of the Government. If capability statements are not received from at least two (2) responsible SDVOSBs, then the Government may proceed to with a sole source or if the Government determines that no SDVOSV concerns are capable of performing this requirement based upon an assessment of the capability statements submitted, the Government may proceed with a full and open competition. Please submit all information to Joseph Hodges at joseph.hodges@fns.usda.gov by May 16, 2014 by 2:00 P.M. Eastern Daylight Time. NO TELEPHONE REQUESTS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FNS/CMB/AG-3198-S-14-0039/listing.html)
- Place of Performance
- Address: USDA Food and Nutrition Service (FNS), 3101 Park Center Drive, Alexandria, Virginia, 22302, United States
- Zip Code: 22302
- Zip Code: 22302
- Record
- SN03355790-W 20140504/140502234527-f990947d94d2eb5289d97fbe9d704971 (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 |