Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
MODIFICATION

R -- Cost Assessment Data Enterprise (CADE) Project Sources Sought Notice

Notice Date
9/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
CRF0909151620
 
Point of Contact
Courtney R Fluellen, Phone: 7035450495, Michael A. Kline, Phone: 7035459006
 
E-Mail Address
courtney.r.fluellen.civ@mail.mil, michael.a.kline42.civ@mail.mil
(courtney.r.fluellen.civ@mail.mil, michael.a.kline42.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought / Request for Information, hereafter referred to as "Request," for a tentative requirement to provide non-personal technical support and overall project management support services to CAPE for the integration and overall project management of CADE as set forth in the attached "Critical Capabilities" document. As part of its market research, Washington Headquarters Services/Acquisition Directorate (WHS/AD) is issuing this request to determine if an adequate number of qualified, interested small businesses across various economic categories exist with the capability to provide these services. This request is NOT a Request for Proposal (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB). No Solicitation exists; therefore, do not request a copy of the RFP/RFQ/IFB. WHS is not required to use eBuy for any resulting solicitation. The Government does not intend to make an award based only on responses to this request. This Request is for market research purposes only, and is issued to assist in determining capable contractors who can perform the requirement prior to finalizing the acquisition strategy. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by industry responses to this sources sought notice. The anticipated period of performance for this effort is a maximum of five (5) years which includes a one (1) year base period and up to four (4) one (1) year option periods. The contractor may be required to perform services at the following locations: The greater National Capital Region (NCR) area of Washington, D.C. Services may also be performed at the contractor's Defense Security Services approved facility up to the Secret level when necessary. All information received in response to this request marked "Proprietary" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to this request will not be returned. Responders are solely responsible for all expenses associated with responding to this sources sought notice. WHS will not pay for information received in response to this request. Security Requirements: All Contractor supplied personnel shall possess SECRET security clearance beginning day one of contract. Small businesses that are certified and qualified under NAICS Code 541611 (Administrative Management and General Management Consulting Services) are encouraged to respond, however, any contractor who is qualified, experienced, and capable of providing the specified requirements/services are encouraged to respond to this Request. The following Schedule(s) and SIN(s) are contemplated: Schedule 874, SIN 874-1 Consulting Services Interested sources are encouraged to respond to this Request by submitting a Capabilities Statement not exceeding five (5) total pages, which includes the following information: 1. On page one (1), begin by providing your company information as follows: Company name, address, phone number, CAGE code, DUNS number and point of contact (name, phone and e-mail). Also include your company business size status, and any applicable Federal Supply Schedule(s) along with expiration dates. 2. Detailed information that describes your company's capability to satisfy the requirements set forth in the attached Critical Capabilities document for the "Cost Assessment Data Enterprise (CADE) Project". Your capabilities statement shall not reiterate or duplicate the language set forth in this attachment, but rather, your capabilities statement shall demonstrate your company's ability to perform these critical tasks. In addition, your capabilities statement should specify any subcontractor roles. Do not submit pricing information in response to this sources sought notice. 3. Your response to this notice is limited to five(5) letter size, single sided pages including all attachments, charts, etc. (single spaced, 11 point font minimum excluding charts and graphics). 4. Teaming Arrangements: All responses/capabilities statements that involve teaming arrangements shall include all of the requested information for each contractor on the proposed team. Please include if you are interested in providing these services as a prime or a subcontractor. Submit RFI responses by 11:00 AM on September 24, 2015 to: Courtney Fluellen, Contract Specialist, via email at courtney.r.fluellen.civ@mail.mil AND Michael Kline, Contract Specialist, via e-mail at: michael.a.kline42.civ@mail Small Business Point of Contact is as follows: Janique Hudson, Small Business Specialist, Washington Headquarters Services Office of Small Business Programs, 703-545-1806. ******NOTE CHANGE TO SOURCES SOUGHT NOTICE****** Please note that Number 3 of the Sources Sought has changed from: 3. Your response to this notice is limited to five (5) letter size, single sided pages including all attachments, charts, etc. (single spaced, 11 point font minimum excluding charts and graphics), and should This indication should be clearly marked on the first page of the response. To: 3. Your response to this notice is limited to five(5) letter size, single sided pages including all attachments, charts, etc. (single spaced, 11 point font minimum excluding charts and graphics).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/CRF0909151620/listing.html)
 
Place of Performance
Address: The greater National Capital Region (NCR) area of Washington, D.C., United States
 
Record
SN03884709-W 20150916/150914235618-4332bd6fc728eb0835f77f2e4cd59aa5 (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.