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

A -- Survey Operational and Analytic Support - DRAFT PWS

Notice Date
2/11/2016
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - NJ (W15QKN), BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN-16-R-0081
 
Archive Date
11/1/2016
 
Point of Contact
Lori A. Cahill, Phone: 6095621305
 
E-Mail Address
lori.a.cahill2.civ@mail.mil
(lori.a.cahill2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS for SURVEY OPERATIONS AND ANALYTIC SUPPORT This is a sources sought notification. It is a market research tool to determine the availability of sources prior to issuing the solicitation. This announcement is for informational and planning purposes only and does not constitute a solicitation. The intent of this notification is to identify potential businesses that have the skills, experience, knowledge, and capabilities required to conduct attitude and opinion surveys and survey analytic and methodological support for ARI's Scientific and Technology Program. The contract type is anticipated to be a single award Indefinite Delivery Indefinite Quantity (IDIQ) with firm fixed price (FFP) task orders. The NAICS code for the proposed competitive procurement is 541720 Research and Development in the Social Sciences and the size standard is $20.5M. SUBMITTAL INFORMATION: Interested businesses should submit a brief capabilities statement, no more than 5 pages in length (single spaced, 12 point font minimum) including the cover letter, demonstrating their ability to perform the services listed in the attached draft performance based work statement (PWS). A generic capability statement is not acceptable. The documentation must address, at a minimum, the following: (1) Basic overview of company to include Company Name, Point of Contact (name, phone number, and email address) and company location. Each respondent must also must clearly identify their business size /Socioeconomic status (i.e. 8(a), Hubzone, Woman Owned Small Business, Veteran Owned Small Disadvantaged Business, Service Disabled Veteran Owned, etc) for the above listed NAICS, Commercial and Government Entity (CAGE) code and Data Universal Numbering System (DUNS). (2) Capability Statement sufficient to demonstrate performance acumen directly related to the performance of the requirement as specified in the attached PWS. (3) Experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the PWS. (4) Resources available such as corporate management and currently employed personnel to include professional qualifications and specific experience related to tasks required under this effort. (5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the work described in this PWS. (6) Statement regarding capability to meet the requirements for Risk Management Framework (RMF) Certification in accordance with the Performance Work Statement. PLEASE NOTE: In order to perform offsite work with PII, Contractors information technology systems must comply with RMF requirements for DoD Information Technology (IT). *Additionally, feedback is encouraged on the Draft PWS. Please submit comments to the Draft Performance Work Statement (PWS) in separate MS Word document. All comments should reference the PWS paragraph number. The capability statement shall be sent by e-mail to: lori.a.cahill2.civ@mail.mil. Submissions must be received no later than 2:00 p.m EST on 26 February 2016. Point of Contact: Lori Cahill, Contract Specialist, Army Contracting Command - New Jersey, 5418 South Scott Plaza, Joint Base MDL, N.J. 08640. All questions should be submitted via email to lori.a.cahill2.civ@mail.mil. THIS SOURCES SOUGHT NOTIFICATION IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It is also a tool to get feedback on the requirement, detailed in the DRAFT Performance Work Statement. Feedback is encouraged and appreciated. It is the Government's intention to solicit the requirement under full and open competitive procedures; however the current capabilities of industry, to include large and small business, must be confirmed. All eligible large and small businesses are encouraged to respond.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a3221a1a9944fdc4911cfec4599d887)
 
Place of Performance
Address: 6000 6th Street, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN04018087-W 20160213/160211234636-3a3221a1a9944fdc4911cfec4599d887 (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.