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 -- Strategic Acquisition Advisement Services

Notice Date
12/13/2019 3:07:31 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
FA7014 AFDW PK ANDREWS AFB MD 20762 USA
 
ZIP Code
20762
 
Solicitation Number
FA701420X0001
 
Response Due
12/20/2019 11:00:00 AM
 
Archive Date
01/04/2020
 
Point of Contact
Lorenza Barnes, Phone: 2406126267, Shannon S. Ozoria, Phone: 2406126118
 
E-Mail Address
lorenza.barnes.ctr@us.af.mil, shannon.s.ozoria.civ@mail.mil
(lorenza.barnes.ctr@us.af.mil, shannon.s.ozoria.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Air Force District of Washington Contracting Directorate (AFDW/PK) on behalf of the Assistant Secretary of the Air Force for Acquisition Integration (ASAF/AQX) is issuing a sources sought notice as a means of conducting market research to delineate the capabilities of companies who can support the requirement for Strategic Acquisition Advisement Services as stated in the draft Performance Work Statement (PWS). The purpose of this sources sought notice is to facilitate the Government’s determination, the availability and technical capability of small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms, Certified 8(a) Firms, Service-Disabled Veteran-Owned Small Business, and Woman Owned Small Business) to provide the required services.DISCLAIMER: This notice is for informational purposes only and IS NOT a request for proposal/quotes. 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. The Government will not be responsible for any costs incurred by interested parties in responding to this notice. Any information submitted by respondents is strictly voluntary. Contact with other than AFDW/PK Government personnel by potential offerors or their employees regarding this project is prohibited.NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541611, Administrative Management and General Management Consulting Services, with the corresponding size standard of $16.5 million. Interested parties are requested to submit tailored capability statements addressing the particulars of this effort to include supporting documentation supporting claims of organizational and staff capability. The capability statement shall include: Company name, mailing address, email address, Web site address (if available), and the name, telephone number, and email address of a point of contact having the authority and knowledge to clarify responses with Government representatives. Name, title, telephone number, and email addresses of individuals who can verify the demonstrated capabilities identified in the responses. DUNS Number, CAGE Code, Tax Identification Number, company structure (Corporation, LLC, partnership, joint venture, etc.), socio-economic program status, and business size. Companies must be registered in the System of Award Management (SAM) at www.beta.sam.gov to be considered as potential sources. Describe any service contracts you have performed similar services relating to the stated requirements in the attached draft PWS. NAICS code(s) the company usually performs under and confirmation of an approved accounting system. Identify any GSA schedule, other Department of Defense (DoD) or Government vessels that would be prudent to this requirement. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Teaming agreement letters should be provided with response.The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in the attached draft PWS.Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.Questions relating to this notice shall be submitted as an excel spreadsheet using the following table: Number, Question, PWS Paragraph.The Government will review and provide written responses prior to the response date of this notice.Submission Instructions: Interested parties who consider themselves qualified to provide the above-listed services are invited to submit a response to this notice by 2:00 PM EST, 20 December 2019. All responses under this notice must be emailed to Mr. Lorenza Barnes, Contract Support Staff, at lorenza.barnes.ctr@mail.mil and Ms. Shannon Ozoria, Contracting Officer, at shannon.s.ozoria.civ@mail.mil. Capability packages must demonstrate your company’s ability to perform the service requirements identified in the PWS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b66d9458be7040e3a1b0a79a840e3ebf/view)
 
Place of Performance
Address: MD-09, MD 20762, USA
Zip Code: 20762
Country: USA
 
Record
SN05516878-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.