Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOURCES SOUGHT

R -- Sources Sought Notice - Business Analytics - Attachment 1: Draft Business Analytics IDIQ PWS

Notice Date
2/11/2016
 
Notice Type
Sources Sought
 
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
CRF021116345
 
Point of Contact
Courtney R Fluellen, Phone: 7035450495, Demetrick G Moore, Phone: 703-545-9512
 
E-Mail Address
courtney.r.fluellen.civ@mail.mil, demetrick.g.moore2.civ@mail.mil
(courtney.r.fluellen.civ@mail.mil, demetrick.g.moore2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) Sources Sought Notice Business Analytics Washing Headquarters Services/Acquisition Directorate (WHS/AD) 1. GENERAL REQUIREMENTS OF POTENTIAL CONTRACT: Washington Headquarters Services/Acquisition Directorate (WHS/AD) is issuing this sources sought to determine if an adequate number of qualified, interested 8(a) businesses are available with the capability to provide the services described in Attachment 1: Draft Business Analytics IDIQ Performance Work Statement (PWS). This is a Sources Sought for a tentative requirement to provide non-personal DoD subject matter expertise within the core business mission areas to include human resource management; financial management and audit compliance; acquisition and procurement; logistics and supply chain to perform portfolio analyses, inform business process reengineering across functional portfolios, and enable process improvement and contribute to the execution of efficiency project initiatives within the Department. This requirement is currently in the 8(a) program and is expected to be issued as an 8(a) set aside. However, the Government requests information in regards to the capabilities of ALL business to ensure that accurate capabilities in the marketplace are captured. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. The Government anticipates a single award IDIQ. The period of performance will include a 12 month base period plus four (4) 12 month option years. 2. OBJECTIVE OF MARKET RESEARCH: This market research is conducted to assist in determining capability of industry in providing the required services. The government will evaluate market information to ascertain potential market capacity to 1) provide products consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully complete similar requirements. This notice will be distributed concurrently on General Services Administration's (GSA) eBuy and Federal Business Opportunities (FBO) sites. All responses will be reviewed together. 3. The Government is interested in responses from all qualified and experienced sources. The anticipated NAICS code for this procurement is 541611. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. SAM is the Official U.S. Government system that consolidates the capabilities of CCR/FedReg, ORCA, and EPLS. Information concerning registration requirement may be viewed via the Internet at https://www.sam.gov. 4. INFORMATION REQUESTED FROM INDUSTRY: Please review the associated draft PWS posted to this site and provide the following: - Organization name, address, email address, Web site address, telephone number, cage code, DUNS Number and size and type of ownership for the organization; 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. If you have a GSA Schedule please provide it and the corresponding SIN. - Detailed information that describes your company's capability to satisfy the requirements set forth in the attached Performance Work Statement. 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. - Your response to this notice is limited to ten (10) letter size, single sided pages including all attachments, charts, etc. (single spaced, 12 point font minimum excluding charts and graphics). No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. - Teaming Arrangements: All responses/capabilities statements that involve teaming arrangements shall address the administrative and management structure of such arrangements. - Include if you are interested in providing these services as a prime or a subcontractor. The Government believes that it is mutually beneficial to determine the capability of offerors eligible for set-asides early in the procurement process in order to preclude the need for a modification of the acquisition strategy later. The Government is not requesting technical/management proposals, only capability information that will be used as market research to develop the acquisition strategy and solicitation. 5. Industry Day: The Government anticipates an Industry Day late-February but no later than mid March. Exact date and details to be determined. 6. Submission Requirements: All responses shall be submitted via email to Demetrick G Moore, Contracting Specialist at demetrick.g.moore2.civ@mail.mil and Courtney Fluellen, Contracting Specialist at courtney.r.fluellen.civ@mail.mil 7. Capability statements with respect to the information above are due no later than 12:00 PM (EST) March 7, 2016. DISCLAIMER AND IMPORTANT NOTES: 8. This Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. 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. Information and materials submitted in response to this notice WILL NOT be returned. The Government does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/CRF021116345/listing.html)
 
Place of Performance
Address: National Capital Region, United States
 
Record
SN04017567-W 20160213/160211234211-353b30ba7d1b57449c272e93a68f1095 (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  © 1994-2020, Loren Data Corp.