Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOURCES SOUGHT

U -- Intelligence Training - Sources Sought

Notice Date
5/20/2016
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-16
 
Archive Date
6/18/2016
 
Point of Contact
Matthew L. Wallace, Phone: 2022316460
 
E-Mail Address
matthew.wallace@dodiis.mil
(matthew.wallace@dodiis.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft SOW This Sources Sought notification is for market research purposes only and does not commit the Government to issuing an award. This requirement is being considered as a totally small business set-aside. In accordance with FAR 19.202-4, this request is for planning purpose only and does not constitute an Invitation for Bid, Request for Proposal, Solicitation, Request for Quote or an indication the Government will contract for the services contained in this announcement. This is a Sources Sought regarding potential sources and is for market research purposes only. The intent of the SOURCES SOUGHT announcement is to conduct market research to identify sources to support informed decision makers to procure for the attached required service. This notice is a Sources Sought for all interested qualified small business that meets the requirements in this draft effort. The North American Industrial Classification System (NAICS) code is 611699 with a small business standard of $11.0 M. Interested parties shall provide an electronic Capability Statement Requirements Response to this Sources Sought which would address the following: 1. Part 1: Capabilities and Technical experience in response with the Draft Requirements as described in this document. 2. Part 2: Listing of labor categories and rates for providing support services using GSA Schedule or other GWAC if applicable; catalog award number, year and date, SIN number(s), unit rates and rate for FY16. 3. Company name, mailing address, telephone, fax number, website address (if available), Point of Contact name, telephone and e-mail address of the individual(s) authority and knowledge to clarify responses with Government representatives. 4. Name, title, telephone number and e-mail address of individuals who can verify the demonstrated capabilities identified in responses. 5. Business size, size standard and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in VetBiz Vendor Information Pages). 6. DUNS Number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, Partnership, Joint Venture, etc.). Companies also must be registered in the System for Award Management at https://www.sam.gov/portal/SAM/#1 to be considered as a potential source. 7. Identification of the firms GSA Schedule contract(s) by schedule number and contract number and SINs that are applicable to this potential requirement are also requested. (If applicable) 8. If the company has a Government approved accounting system, please identify the agency that approved the system. Interested small business offerors are encouraged to respond to this notice. Responses shall directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail; and evidence that the contractor is viable to meet the draft minimum requirements listed while in compliance with FAR 52.219-14 (Limitations on Subcontracting). Respondents shall address their capability, experience; knowledge directly correlated to the Project Requirement discussed in the draft SOW. Interested offerors shall submit their capability statement not exceeding seven (7) 8.5x11 page length, excluding standard brochures and GSA catalogs. All material shall be submitted via email to the designated email herein. SUBMISSIONS ARE DUE on or before 2:00 pm, Eastern Standard Time (EST), June 3, 2016. All capabilities response, standard brochures and GSA catalogs shall be in electronic format and e-mailed to Matthew.Wallace@dodiis.mil. Responses to the notice will NOT be returned. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. Questions or answers will not be entertained. NO PHONE CALLS WILL BE ACCEPTED or RETURNED. Additional Requirement/Instruction for submitting SOURCES SOUGHT responses. This notice is for planning purposes only and does not constitute an Invitation for Bid, Request for Proposal, Solicitation, Request for Quote or an indication the Government may contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. a. Responses to this notice shall be received by the Contract Specialist, Matthew.Wallace@dodiis.mil by 2:00 pm EST, June 3, 2016. All communication shall be via e-mail. No telephone calls will be accepted or returned. Responses to the SOURCES SOUGHT will not be returned and will not be accepted after the due date. b. Responses to this announcement will not be returned nor any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation and VACA may contact one or more respondents for clarifications and to enhance the Governments' understanding. This announcement is Government market research and may result in revisions in both draft requirements and its acquisition strategy based on industry responses. Other Information The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Any responses received will not be used as a proposal. VACA does reserve the right to utilize any non-proprietary technical information in the anticipated SOW or solicitation. Information received will be considered solely to make informed decisions regarding a potential procurement. Respondents will NOT be notified of the results of the review of the responses. In accordance with FAR 15.202, the Government reserves the right to evaluate and advise respondents on the viability of their capabilities based on the criteria set forth above. On behalf of the Virginia Contracting Activity, we thank you for your interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-16/listing.html)
 
Record
SN04123855-W 20160522/160520234042-7e24b1d13c341a38c5a6e77efcebdba8 (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.