SOURCES SOUGHT
R -- Sustainment Center of Excellence (SCOE) - Instructor Training
- Notice Date
- 7/17/2014
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-14-SCOE
- Response Due
- 7/31/2014
- Archive Date
- 9/15/2014
- Point of Contact
- Ron Moton, 757 501-8155
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(ronald.l.moton.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought announcement to determine acquisition strategy and not a solicitation for proposals. The purpose of this announcement is to gain knowledge of potential qualified small business concerns. Responses to this notice will be used by the Government in making acquisition decisions. The Primary duty location(s) are: Fort Lee, VA; Fort AP Hill, VA; Fort Gordon, GA; Fort Jackson, SC; Fort Sill, OK; Eglin Air Force Base, FL; Fort Eustis, VA; Joint Expeditionary Base-East (Formerly known as Fort Story, VA). Sustainment Center of Excellence (SCoE), Fort Lee, VA requires support services as shown in Attachment 1 - Performance Work Statement (PWS), specifically the three primary task areas. Sources are being sought for firms with a North American Industry Classification Systems (NAICS) Code of 541990 - All Other Professional, Scientific, and Technical Services, with a small business size standard of $15.0 million. The following information is requested for a maximum of not to exceed (10) pages: (a) Company Name, address, Cage Code, and a point of contact with telephone number and e-mail address. (b) Business size/classification to include socio-economic designation of the company i.e. 8(a), HubZone, Woman-Owned Small Business, etc. (c) Number of Employees (d) Average revenue for the last three years (e) Resources to include your company's growth capability and established line of credit (f) Description of your firm's capability to provide the specified support and support services including technical expertise. Capabilities must be presented in sufficient detail in order for the Government to determine if your company possesses the necessary functional area expertise and experience to compete for this acquisition. (g) Past performance/experience on contracts of the same or similar scope that are relevant to this requirement as listed in Attachment 1. The past performance must also be recent (within the last three years) of the issue date of this announcement. Past performance should include the following: Project title, location, general description of the services provided, the company's role (Prime/Subcontractor/Joint Venture), dollar value, name of the company/agency/government entity for which the work was performed. Past performance is limited to three contracts/projects. There is an emphasis being placed on Small Businesses designated as a HUBZone. It is extremely important that businesses responding to this notice clearly and sufficiently articulate their capabilities. Failure of small businesses response to this announcement may result in a change in the small business set-aside designation based on lack of industry response. Industry input is also being solicited on the DRAFT PWS (Attachment 1). Responses related to PWS Questions and responses to the questions in Attachment 2 must be submitted as a separate document. Please answer the questions in Attachment 2. Your responses to these questions along with your past performance will be used to determine your understanding of the work outlined in the PWS. Responses will only be accepted via e-mail. Telephone responses will not be accepted. Please send your response to MICC - Fort Eustis by 4:00 pm EST, July 30, 2014. Submissions should be sent to Dr. Ron Moton at ronald.l.moton.civ@mail.mil. This is not a Request for Proposal. If a solicitation is issued, it will be announced at a later date. All interested parties shall respond to that solicitation announcement separately from this sources sought announcement. No award will result from this sources sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government. Contracting Office Address: 705 Washington Blvd Fort Eustis, VA Place of Performance: Mission and Installation Contracting Command - Fort Lee, VA and other areas.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b1fbdbc23562941f00ef3ce91725bce6)
- Record
- SN03428372-W 20140719/140717235107-b1fbdbc23562941f00ef3ce91725bce6 (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 |