Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 11, 2015 FBO #4886
SOURCES SOUGHT

R -- Secretary of Defense Corporate Fellows Program (SDCFP) - Summary of Services

Notice Date
4/9/2015
 
Notice Type
Sources Sought
 
NAICS
611410 — Business and Secretarial Schools
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HQ006450750490000
 
Point of Contact
Janice T. Johnson, Phone: 7035453552, Stephenie Charlot, Phone: 703-545-8994
 
E-Mail Address
janice.johnson@whs.mil, stephenie.w.charlot.civ@mail.mil
(janice.johnson@whs.mil, stephenie.w.charlot.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment to the Sources Sought Sources Sought Announcement Notice The Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications from interested vendors. This is not a solicitation announcement. This notice neither constitutes a Request for Proposal (RFP), not does it restrict Washington Headquarters Services, Acquisition Directorate (WHS/AD) to the ultimate acquisition approach. No contract will be awarded from this announcement. No reimbursement will be made for any cost associated with providing information in response to this announcement. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. The Washington Headquarters Services (WHS) Acquisition Directorate (AD) is conducting market research to locate qualified, experienced and interested large and small businesses (e.g., 8(a), service-disabled veteran owned, Hubzone, small disadvantaged, veteran-owned, and women-owned) to assess qualified, and experienced interested sources to provide for the Secretary Of Defense Corporate Fellows Program (SDCFP) Services. Please see the attachment that outlines the description of services that are required. The purpose of this document is to gain knowledge of interest, capabilities, and qualifications from vendors. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. This acquisition has an estimated minimum dollar amount of $500,000, and an estimated maximum dollar amount of $750,000. Instructions: Interested businesses having the capabilities necessary to perform the stated requirements may submit capability statements via to the Contract Specialist, Janice T. Johnson, at janice.t.johnson5.civ@mail.mil. and secondary Contract Specialist Stephenie Charlot, at stephenie.w.charlot.civ@mail.mil. Responses must be submitted no later than April 21st 2015 4:00pm EST Capability statements will not be returned. Please provide the following information: 1. A brief three to five page synopsis of similar work performed. 2. DUNS and CAGE Code Number. 3. NAICS codes associated with the company. 4. Company name and address. 5. Company Point of Contact, phone number and email address. 6. Company must identify if they are a small or large business. Small business must identify their small business category (e.g. 8(a), service-disabled veteran owned, Hubzone, small disadvantaged, veteran-owned, or women-owned). Socio-economic categories associated with the company (i.e., SDB, WOSB, VOSB, etc.) 7. Type of contracts your company has been awarded under NAICS: 611410 Business and Secretarial Schools. Additional information on NAICS codes can be found at www.sba.gov. 8. Recommended/suggested NAICS codes for this effort. 9. Identify if your company has any pre-existing contract vehicles and the contract number for similar services. 10. Number of contracts currently held with the Government, Contract Numbers, NAICS for each contract. 11. Point of Contact, Phone Number, and Email Address of individuals who can verify the the performance of previous contracts held with the Government. 12. Respondents should also include a statement about whether or not they have personnel who can maintain a Secret Security Clearance and whether they currently possess a Secret Facility Clearance. Please submit evidence of a current Secret Facility Clearance. 13. Respondents are limited to 3-5 pages. A minimum font size 12, left justified, and one inch margins all-around. 14. Respondents must submit documents in word or PDF format. No Zipped files will be accepted. No telephone requests will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ006450750490000/listing.html)
 
Place of Performance
Address: National Capital Region (NCR), Washington, District of Columbia, United States
 
Record
SN03694768-W 20150411/150409235029-47207647628b3309d6b429081d6de942 (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.