Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2019 SAM #6587
SOURCES SOUGHT

99 -- DOS/Diplomatic Security Facilitator/Technical Writer

Notice Date
12/10/2019 4:57:47 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
106919V1446
 
Response Due
12/31/2019 1:00:00 PM
 
Archive Date
01/15/2020
 
Point of Contact
Kenneth R. Waddell, Phone: 703-312-3675
 
E-Mail Address
WaddellKR@state.gov
(WaddellKR@state.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS NOT A SOLICITATION AND DOES NOT ASSUME THE GOVERNMENT WILL AWARD A CONTRACT IN THE NEAR FUTURE. THIS NOTICE IS ONLY FOR MARKET RESEARCH PURPOSES.This is a Sources Sought notice to determine the availability of potential small businesses. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relate to the North American Industry Classification System (NAICS) code for the proposed acquisition. Responses will NOT be accepted from any other source(s). Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.The North American Industry Classification System Code (NAICS) is 541611. The submission of this information is for planning purposes only and is not to be construed as a commitment by the Government to procure any items/services.GENERALThis notice is a Request for Information (RFI) and is NOT a Request for Proposals (RFP), nor is this a Request for Quotations (RFQ). The purpose of this RFI is to identify potential sources that are interested and capable of providing the services herein. Participation in this effort is strictly voluntary. It is the responsibility of the interested parties to monitor the beta.SAM.gov site for additional information pertaining to this RFI. Please be advised that all submissions become U.S. Government property.Response to this RFI will not be returned. The RFI does not commit the government to procure or contract for said services. The contracting officer is the only individual who can commit the government to the expenditure of public funds in connection with the proposed procurement. Proprietary/competition sensitive information will be protected from disclosure to the greatest extent practical, however, it is preferred that respondents do not provide proprietary or otherwise restricted responses. Each page considered by a submitting organization to contain proprietary information should be clearly marked. The requested information is for planning and market research purposes only and WILL NOT be publicly released. Not responding to this RFI does not preclude participation in any future Request for Proposals (RFP) or Request for Quote (RFQ), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary.RESPONSE PREPARATION INSTRUCTIONSResponses must be submitted via email to WaddellKRj@state.gov. The deadline for the submission of responses to this RFI is 4:00 a.m. EST, December 31, 2019. All questions concerning this RFI must be submitted by sending an email to WaddellKR@state.gov no later than 2:00 p.m. EST December 19, 2019. Questions received after that date would not be answered, unless the Government determines the answer to the question imparts information material to Industry’s ability to respond to this RFI. Government response to questions will be posted. All Government responses to questions will be made available on www.betaSAM.gov. No phone calls will be accepted. Do not submit any pricing information in response to this RFI.DISCLAIMERReplies to this RFI are not mandatory. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. The use of information received from industry to complete final work specifications and resulting solicitation documents will be at the discretion of the Government. Eligibility in participating in a future acquisition does not depend upon a response to this notice. The Government will not critique a potential offeror’s information and the RFI should not be used by offerors to market their services. The capability package must be complete and sufficiently detailed to allow the Government to determine the firm's qualifications to perform the defined work. Responses should be as complete and informative as possible. Generic capability statements will not be accepted or reviewed.DESCRIPTION OF INFORMATION REQUESTEDResponses to this RFI should include the organization’s full name, headquarters locations, and location of an office in the Washington, DC area, if any. They should also include the name of a point-of-contact and his/her email and conventional mailing addresses. Firms are invited to indicate their interests and capabilities by providing the following:Must submit their responses using not more than 10 pages in length. The total page count of 10 pages does not include the cover letter. The total page count does include all other information provided (i.e., graphs, technical, etc.). Font size should be 12 point, Times New Roman, single sided and prepared in Microsoft Other specific and pertinent information as it pertains to this service Identification on the available contract vehicles to include vehicle by agency and contract number: Federal Supply Schedule (FSS)/Government Wide Acquisition Contract (GWAC). The response should include these elements in this format: Introduction Provide a brief description of existing capability to perform the requirement or provide proposed Performance Work Statement (PWS) language for the service and/or any proposed solution.Management ApproachThe respondent shall describe its successful implementation of a comprehensive contract management approach. The respondent shall describe its ability to hire and maintain qualified staff, handle personnel issues, assemble high quality staff and provide staff with the necessary support and oversight. The respondent shall describe its ability to hire and maintain qualified staff, handle personnel issues, assemble high quality staff and provide staff with the necessary support and oversight. The respondent shall describe the effectiveness and soundness of its draft Quality Control Plan (OCP) and how effectively the QCP demonstrates how quality, as outlined in the performance summary requirements, will be met.Technical ApproachThe respondent shall describe its technical competencies, approach and solutions that define how you will address and manage application operation and maintenance with the required technical skills outlined in the Statement of Work (SOW). The respondent shall describe how it will work in close partnership with DoS and its supporting entities to derive the maximum efficiencies from its approach and solutions.Past PerformanceThe respondent shall describe how their and its subcontractors’ past performance validates expected performance and customer satisfaction based on the information provided. It may include input by the respondent’s references and other Government sources. The respondent shall describe their and subcontractors’ Past Performance Profiles and the respondent’s actual performance in business applications operations support. The respondent shall describe the dollar value, scope, and complexity of the efforts; and the actual results achieved during performance. The Socioeconomic Classification chart is listed below, please identify which one pertains to your company:HUBZoneSDVOWOSB8(a)Small BusinessSale brochures, videos, and other marketing information materials are not solicited and will not be reviewed. No phone calls related to this RFI will be accepted. All correspondence shall be sent via email only.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dad3bfa42b834ad5b4ba08e04faa7e11/view)
 
Place of Performance
Address: 3000, VA 22209, USA
Zip Code: 22209
Country: USA
 
Record
SN05513567-F 20191212/191210230255 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.