Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
SOURCES SOUGHT

R -- National Veterans Technical Assistance Center (NVTAC) - Sources Sought/RFI

Notice Date
4/5/2018
 
Notice Type
Sources Sought
 
NAICS
923140 — Administration of Veterans' Affairs
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
1605DC-18-R-00021
 
Point of Contact
Keith L. Rhodia, Phone: 2026934578, Rachel E. Johnson, Phone: 2026937969
 
E-Mail Address
rhodia.keith.l@dol.gov, Johnson.Rachel.E@dol.gov
(rhodia.keith.l@dol.gov, Johnson.Rachel.E@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Performance Work Statement Sources Sought/RFI Document This Request for Information/Sources Sought Notice (RFI/SS) is being issued in accordance with FAR 15.201(e). This is a notice of intent and is not a request for competitive quotes. Please note that marketing brochures/materials will not be considered. Introduction: The U.S. Department of Labor, Veterans' Employment and Training Service (DOL/VETS) is seeking information from potential contractors capable of supporting National Veterans' Technical Assistance Center (NVTAC) program. NVTAC provides technical assistance, support, and training to Homeless Veterans' Reintegration Program (HVRP). Contractor staff is expected to provide DOL/VETS staff with subject matter expertise and technical assistance in developing effective approaches to serving homeless veterans; establishing linkages with other entities with similar interests and concerns; identifying underserved areas and subpopulations of homeless veterans. HVRP vendors provide an array of services utilizing a case management approach that directly assists homeless veterans as well as provide critical linkages for a variety of supportive services available in their local communities. This RFI/SS will allow the government to complete market research to determine whether there is adequate interest to support this requirement. The government intends to award a firm-fixed price contract for the requirements attached. Purpose: This is a RFI/SS Announcement to determine the availability and technical capability of businesses (including the following subsets: Small Businesses, Small Disadvantaged Businesses; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required services. Request for Information/Sources Sought: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 923140 - Administration of Veterans' Affairs. This notice is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the NAICS Code. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the "Limitations on Subcontracting" clause (FAR 52.219-14). Disclaimer: This Sources Sought Announcement is for informational purposes only. This is not a Request for Proposal. It does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. SUBMISSION DETAILS: In addition to addressing the required technical capabilities and special requirements, vendor responses shall include the following: Business Name and Address Name of Company Representative (inclusive of title) Size of Business (Type of Small Business, if applicable) Cage Code DUNS Number Existing Contract Vehicles (i.e., Government-wide Acquisition Contracts, Multiple-Award Contracts, or Blanket Purchase Agreements) that would be available to DOL/VETS for the procurement. Note that this information is for market research only and does not preclude your company from responding to this notice. Vendors who wish to respond to this RFI/SS Announcement should submit a brief capabilities statement (no more than ten pages) compatible with Adobe.pdf., demonstrating their ability to perform the services as provided by the attached Draft Performance Work Statement (PWS) no later than 2:00 p.m. Eastern Standard Time, April 13, 2018. The vendor's response must address the required capabilities cited in this announcement. Responses are due to Keith L. Rhodia, Senior Contract Specialist (CTR), Rhodia.keith.L@doL.gov with a Cc to Rachel E. Johnson, Contracting Officer, at Johnson.rachel.e@doL.gov. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become government property and will not be returned. All government and contractor personal reviewing RFI/SS Announcement responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/1605DC-18-R-00021/listing.html)
 
Place of Performance
Address: Frances Perkins Building, 200 Constitution Ave. NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN04879555-W 20180407/180405231133-1494f0f45889f9bfc835e408ea237ede (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.