Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
SOURCES SOUGHT

D -- Guest Suite Booking Software - Draft Performance Work Statement

Notice Date
7/11/2018
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 4800 Mark Center Drive, Suite 09F09, Arlington, Virginia, 22350-3400, United States
 
ZIP Code
22350-3400
 
Solicitation Number
HQ003418T0012
 
Archive Date
8/11/2018
 
Point of Contact
Dennis Jackson, Phone: 7035451577, Kimberly Darby,
 
E-Mail Address
dennis.w.jackson33.civ@mail.mil, kimberly.h.darby.civ@mail.mil
(dennis.w.jackson33.civ@mail.mil, kimberly.h.darby.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement for Guest Suite Services Requirement. I. Introduction. This is a Sources Sought notice. This is NOT a solicitation for proposal, proposal abstracts, quotations or a promise to issue a Request for Proposal or a Request for Quote. It is not to be construed as an obligation on the part of the Washington Headquarters Services /Acquisition Directorate (WHS/AD) nor does it restrict WHS/AD to the ultimate acquisition approach. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. In order to proactively plan for future requirements, WHS/AD is conducting market research to locate qualified, experienced, and interested businesses to provide a Guest Suite Booking/Scheduling software that is internet accessible 24/7 on computer and mobile devices. The software should allow key staff to Book/Schedule Guest Suites individually and provide reports for weekly, monthly, and quarterly reports. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought notice. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. No contract will be awarded from this announcement and requests for solicitation will not receive a response. No reimbursement will be made for any cost associated with providing information in response to this announcement. Submittals will not be returned to the responder. Any information submitted by respondents is strictly voluntary. II. Background. This requirement is for an electronic Guest Suite Booking/Scheduling system that shall meet the highest level of Federal internet security, be compliant with the Federal Information Security Management Act (FISMA), and allow both Armed Forces Retirement Homes (AFRH) in Washington, D.C. and Gulfport, MS 24/7 access by designated Homes staff to enter and obtain data and documentation when needed. These exchanges are in support of market research being conducted by WHS/AD to determine if there are businesses in the market that provide these services and the adequacy of the specifications. This includes its clarification of contract requirements, completeness of the Performance Work Statement (PWS), examination of performance metric for realism, and contract type. While WHS/AD is targeting small businesses, firms of all sizes and socioeconomic backgrounds are welcome to submit their capabilities. III. Instructions. All interested businesses having the ability to perform the required service may submit capability statements via email to the Contract Specialist, at dennis.w.jackson33.civ@mail.mil. Responses, in a Word, or Word-compatible document, shall be limited to no more than five (5) pages. Responses from "all" sources are requested, including Small Business, 8(a) small businesses, HUBZone small businesses, Service-Disabled Veteran Owned, HUBZone small businesses, Women-owned small businesses and Economically Disadvantage Women-owned small businesses. All responses to this RFI shall be submitted no later than Thursday, July 19 2018, 09:00 a.m. Eastern Daylight Time. Please limit your response to no more than five (5) pages (excluding questions), using Time New Roman 12 pt. font or equivalent. WHS/AD may have one-on-one sessions (telephonically) with respondents after feedback has been received. RESPONSES RECEIVED AFTER 09:00am (EDT), Thursday, July 19, 2018 WILL NOT BE ACCEPTED. Capability statements will not be returned. Specifically, WHS/AD would like information and comments provided within your capability statement on the following: 1. A brief two or three page synopsis of similar work performed in the past. In addition, the respondent shall address its experience supplying software solutions that have the requisite qualifications set forth in the draft PWS. Further, be sure to provide the dollar values of the experience(s) provided. 2. Company Name and address. 3. DUNS and CAGE Code Number. 4. Company Point of Contact, phone number and email. 5. Information to help determine if the requirement (item or service) is commercially available, including public catalog pricing, market prices, delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how WHS/AD can best structure this requirement to facilitate competition. 7. Recommendations to improve the approach/specifications/adequacy of the information in the PWS and RFI to acquire the identified services. 8. Identify contracts your company has been awarded under proposed NAICS Codes for this requirement. a. 541519 - Other Computer Related Services. b. 511210 - Software Publishers. c. Additional information on NAICS codes can be found at www.sba.gov. 9. Specific examples of prior efforts same/and or similar to software for Guest Suite Booking/Scheduling. 10. Recommended/suggested NAICS codes for this effort and recommended contract type. 11. Number of contracts currently held with the Federal Government to include any DOD Enterprise Software Agreements listed under ESI website and /or Federal Supply Schedules listed under GSA Advantage. Include contract numbers. 12. Your status as a small business vendor (and/or any other socioeconomic categories your company has). 13. Your ability to provide a cost-effective, 24/7 accessible software solution capable of the meeting all of the specifications outlined in the draft PWS. 14. Point of Contact, phone number, and email address(es) of individual(s) who can verify the demonstrated capabilities identified in the responses. 15. Your interest in submitting a quote on the requirement. 16. If there are any other questions or comments, please submit them along with your response. 17. Zipped files will not be accepted. Telephone requests concerning this notice will not be entertained. IV. Conclusion. "Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. 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)." WHS/AD appreciates your assistance with this market research and emphasizes that this notice is for planning purposes only. Questions may be directed to the Contract Specialist, Dennis Jackson at dennis.w.jackson33.civ@mail.mil no later than 10:00am Eastern Daylight Time, Tuesday, July 17, 2018. QUESTIONS RECEIVED AFTER 10:00am (EDT), Tuesday, July 17, 2018 WILL NOT BE ANSWERED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ003418T0012/listing.html)
 
Place of Performance
Address: 3700 North Capital Street, Washington, District of Columbia, 20011, United States
Zip Code: 20011
 
Record
SN04988112-W 20180713/180711231454-16999338aa07d975bf82fa9db522526b (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.