Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2014 FBO #4549
SOURCES SOUGHT

R -- Intensive Entrepreneurship Curriculum and Service Delivery - Services

Notice Date
5/7/2014
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Small Business Administration, Office of Chief Finanical Officer- Aquisition Division, SBA Contracting, 409 Third Street, S.W., Washington, District of Columbia, 20416, United States
 
ZIP Code
20416
 
Solicitation Number
SBAH14-R-0011
 
Point of Contact
Toni Hoskinson, Phone: 3038442026
 
E-Mail Address
toni.hoskinson@sba.gov
(toni.hoskinson@sba.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice | Request for Information SBAHQ-14-R-0011 Intensive Entrepreneurship Curriculum and Service Delivery - Services This is a Sources Sought (SS) to identify potential companies (sources) capable of, and interested in, delivering intensive entrepreneurship training, providing individualized technical assistance, and fostering a supportive ecosystem for growth-oriented small businesses in a rural or urban community. The purpose of this request is to determine if a 100% set aside for Small Business or a Partial Small Business is a viable acquisition strategy. The primary NAICS Code is 541690 "Other Scientific & Technical Consulting Services" with a size standard of $14.0 Million. REQUIREMENT: SBA has identified a gap in service delivery of targeted, intensive assistance to established, high-potential small businesses and entrepreneurs that are primed for growth beyond the start-up or early stages. In response, SBA is in need of entities that will assist in delivering ScaleUp America, a new initiative of the Office of Entrepreneurial Development, U.S. Small Business Administration. ScaleUp America builds on the agency's core mission by supporting communities' efforts to deliver targeted intensive assistance to established high-potential small businesses and entrepreneurs that are primed for growth beyond the start-up or early stages (specifically targeting small businesses with annual revenues of $150,000 to $400,000). The objective of the initiative is to provide support mechanisms to these entrepreneurs while they grow their small businesses, which, will in turn, strengthen and enhance local entrepreneurial ecosystems and produce measurable economic impact and job growth in local communities. The offeror's ScaleUp program plan should include: 1. Entrepreneurship Education Curriculum: delivery of a proven, existing curriculum for growth-oriented entrepreneurs and small businesses, with the curriculum focused on the unique challenges of scaling an established businesses, and allows participants to develop a growth strategy that addresses topics such as, but not limited to process, strategy, financing, marketing, human resources, leadership, contracting and market/product development plans; 2. Management Assistance & Support: On-going one-on-one support, mentoring and technical assistance, such as, but not limited to providing data-driven market research analysis, business strategy development; preparation for pitch/demo events; 3. Access to Capital: Assistance and connections to growth capital, such as, but not limited to assisting with loan package preparations, organizing matchmaking events with local lenders and funding streams, facilitating business pitch events to venture capitalists; and 4. Connections: Opportunities to build and strengthen connections and networks, such as, but not limited to instituting CEO roundtables, forming advisory boards, matchmaking events with primes and regional manufacturers/suppliers, local federally funded resource partners, etc. The SBA intends to award seven to fourteen contracts to administer their communities' ScaleUp Initiative. Each contract will be for a base year and four option years. The base year is expected to be for a firm-fixed not-to-exceed (level-of-effort) price of approximately $150,000 to $300,000. Travel costs and event costs will be included in the negotiated firm-fixed not-to-exceed price. As part of this SS/Request For Information (RFI), interested parties are requested to provide the possibility of accomplishing the requirement based on the above parameters. REQUESTED RESPONSES: Companies, educational Institutions or non-profit organizations who desire to participate in this market survey are encouraged to submit a white paper which supports their entity's claim that it presently has the qualifications and capabilities to satisfy the performance objectives as addressed below. The following questions should be answered within the white paper response: 1. The full name of Contractor, Contractor's DUNS number, address, two points-of-contact with both email addresses and telephone numbers; 2. Contractor's socio-economic status and the related NAICS codes for which Contractor is registered in the System for Award Management (SAM); 3. A description of Contractor's core business, including its core competencies and services it currently provides. 4. A Description of Contractor's relevant experience in performing services covered by NAICS code 541690. Include any relevant contract numbers, Government or business names of parties, periods of performance, and value of contract. Include any GSA Schedule or other Government contracting vehicle to which contractor is a schedule holder or party. For each contract reported, include whether Contractor was the Prime Contractor. 5. A description of Contractor's expertise and abilities to accomplish the ScaleUp Program plan under the discussed parameters. If the response is affirmative, the company shall include a brief description of their ScaleUp Program plan to fulfill each of the four items identified. If the response is negative, the company shall provide a brief description explaining why the item identified is not achievable. The Government does not intend to award a contract based on this SS/RFI or otherwise pay for information solicited. Please identify any proprietary information submitted. All information submitted will be held in a confidential status. Responses should be limited to a maximum of five pages and should be submitted to Toni Hoskinson, Contracting Officer, toni.hoskinson@sba.gov, no later than May 20, 2014 by 3:00p.m. Mountain Time. Any appendix, graphs or tables included count toward the page limitation. Please note that this is not a request for quotes or proposals; the Government is seeking information for market research purposes only. Your responses to the information requested will assist the Government in determining the appropriate acquisition method. A solicitation is currently not available. The Government may or may not issue solicitation documents.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SBA/OOA/OPGM/SBAH14-R-0011/listing.html)
 
Record
SN03360150-W 20140509/140507235045-87fb49efd01a2dfbdc45a74cda763ede (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.