Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOURCES SOUGHT

R -- Applied History Support Services

Notice Date
12/13/2019 12:22:13 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W39L USA NG READINESS CENTER ARLINGTON VA 22204 USA
 
ZIP Code
22204
 
Solicitation Number
W9133L20X098T
 
Response Due
12/30/2020 10:00:00 AM
 
Archive Date
01/14/2021
 
Point of Contact
Dr. Paul Sindze, MAJ Michael S. Wade
 
E-Mail Address
paul.sindze.civ@mail.mil, michael.s.wade.mil@mail.mil
(paul.sindze.civ@mail.mil, michael.s.wade.mil@mail.mil)
 
Description
SOURCES SOUGHTArmy National GuardNational Guard Bureau (NGB) History OfficeApplied History Support Services INTRODUCTIONThe National Guard Bureau's Operational Contracting Division Contracting Office (NGB-AQ), 111 South George Mason, Arlington, VA 22204 is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in, and the resources to support, the requirement for Applied History Support Services to the NGB History Office (NGB-HO). This is a non-personal services, as such, the Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The intention is to procure these services on a competitive basis. NGB-AQ will not host a site visit.ALTHOUGH IT IS ANTICIPATED THAT THIS REQUIREMENT WILL BE SET-ASIDE FOR 8(A) COMPETITION, RESPONSES WILL BE ACCEPTED FROM ALL SOURCES. USE OF EXISTING GWACS/INDEFINITE DELIVERY VEHICLES OR GSA SCHEDULES WILL BE CONSIDERED. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.PLACE OF PERFORMANCEThe work to be performed under this contract will be performed at the National Guard Bureau (NGB) offices located within the Pentagon, Washington, DC and/or Temple Army Readiness Center (TARC), Arlington, VA as dictated by mission needs and government space availability, with the exception of off-site interviews and archival research, which will be performed within the National Capital Region. The primary place of performance shall be TARC, 111 S. George Mason Drive, Arlington, VA 22204.DISCLAIMERTHIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)". 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT."OFFICE BACKGROUNDNGB-HO is responsible for providing historical support to the Chief, National Guard Bureau (CNGB) and functioning as the command history office of the Army National Guard Directorate (ARNG). NGB-HO seeks contractor support to assist in the development of a variety of historical products.REQUIRED CAPABILITIESThe Contractor shall provide NGB-HO services in support of the areas specified in function Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.SPECIAL REQUIREMENTS: •· Personnel and Facility Security Clearances. This requirement will require a SECRET facility clearance at the time of proposal submission and personnel assigned to perform services under this contract with require SECRET clearances.•· Service Contract Act. N/A - These services are anticipated to be professional in nature.•· Government Furnished Property. N/AELIGIBILITYThe applicable NAICS code for this requirement is 541990 with a Small Business Size Standard of $16.5M. The Product Service Code is R499. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)A draft Performance Work Statement (PWS) is attached for review (Attachment 1). Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 06 January 2020. All responses under this Sources Sought Notice must be e-mailed to Dr. Paul SINDZE at paul.sindze.civ@mail.mil. This documentation must address at a minimum the following items:1.) What type of work has your company performed in the past in support of the same or similar requirement?2.) Can or has your company managed a task of this nature? If so, please provide details.3.) Can or has your company managed a team of subcontractors before? If so, provide details.4.) What specific technical skills does your company possess which ensure capability to perform the tasks?5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNS number, CAGE code, etc.7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, 8(a), or Service Disabled Veteran-Owned Small Business Concern.8.) Include in your response your ability to meet the requirements in the SECRET Facility Clearance requirements.The estimated period of performance consists of a 12 month base year plus four one-year options with performance commencing in June 2020 and a potential extension of services under FAR 52.217-8 of up to six additional months.Contract TypeThe contract type is anticipated to be Firm Fixed Price. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Dr Paul SINDZE, in either Microsoft Word or Portable Document Format (PDF), via email paul.sindze.civ@mail.milAll data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.No phone calls will be accepted and e-mail inquiries may not receive responses.The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bbc2a1574a4c47a69c16345a67d050e0/view)
 
Place of Performance
Address: 3000, VA 22204, USA
Zip Code: 22204
Country: USA
 
Record
SN05516875-F 20191215/191213230300 (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.