Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOURCES SOUGHT

99 -- Online Law Enforcement Database Search - Performance Work Statement

Notice Date
7/21/2017
 
Notice Type
Sources Sought
 
NAICS
561611 — Investigation Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bliss, ATTN: ATZC-DOC, Bldg 201, Club Road, Fort Bliss, Texas, 79916-6812, United States
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-17-Q-0032
 
Point of Contact
Elsa L. Gomez, Phone: 9155684332, Edward D Byrd,
 
E-Mail Address
elsa.gomez.civ@mail.mil, edward.d.byrd4.civ@mail.mil
(elsa.gomez.civ@mail.mil, edward.d.byrd4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PWS Automated Database Search THIS IS A SOURCES SOUGHT NOTICE ONLY. The U.S. Government currently intends to award a contract for an online subscription to conduct Online Law Enforcement Data Base Searches on a SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. The requirement consists of an online subscription to conduct database searches to collect information on pawnshops, secondhand dealer transactions, and internet (eBay) trasactions. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran- Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed is a sole source firm-fixed price (FFP) contract to LeadsOnline LLC for an online subscription to conduct Online Law Enforcement Data Base Searches. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue a RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is: 561611 Investigation Services, with a size standard of $20.5M. All companies must be registered with System for Award Management (SAM) (https://www.sam.gov). The anticipated period of performance is from 15 August 2017 to 14 August 2021. In response to this sources sought, the Government is requesting that interested businesses that feel they can fully support this requirement, furnish the following information: 1. Capability statement should include your firm's general background, experience, qualifications and industry specific awards. A special notation should be made of similar or related programs performed for the Government including documentation with reference to the applicable contract numbers and the supervising agencies. 2. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 3. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 4. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 5. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 6. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 7. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 8. Recommendations to improve the Army's approach to acquiring the identified services. Responses to this Sources Sought shall be submitted electronically via email to Elsa Gomez, at elsa.gomez.civ@mail.mil. Responses shall be received no later than 3:00 p.m. MST on 31 July 2017. Classified material SHALL NOT be submitted. Please submit all questions related to this Sources Sought to the Contract Specialist via email by 01:00 p.m. MST on 25 July 2017. No phone or e-mail solicitations regarding the status of the request for proposal will be accepted prior to its release.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5df37dbb2894a78b6c99557e3037a4f6)
 
Place of Performance
Address: BLDG 2527 Chaffee Road, Fort Bliss, Texas, 79916, United States
Zip Code: 79916
 
Record
SN04589544-W 20170723/170721234419-5df37dbb2894a78b6c99557e3037a4f6 (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.