Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOURCES SOUGHT

R -- RMO/ULO Agency Financial Support

Notice Date
12/17/2019 10:20:27 AM
 
Notice Type
Sources Sought
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
VIRGINIA CONTRACTING ACTIVITY WASHINGTON DC 203405100 USA
 
ZIP Code
203405100
 
Solicitation Number
RMO-ULO-001
 
Response Due
1/17/2020 12:00:00 PM
 
Archive Date
01/18/2020
 
Point of Contact
Lanika Rivers, Phone: 202.231.4506, Pearl Hale, Phone: 202.231.4071
 
E-Mail Address
lanika.rivers@dodiis.mil, Pearl.Hale2@dodiis.mil
(lanika.rivers@dodiis.mil, Pearl.Hale2@dodiis.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY: This request is for planning purposes only, it is not a request for offers, quotes, or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government will not be responsible for any cost incurred by interested parties responding to this notice. This notice is for Market Research only in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine the capability of potential sources. Virginia Contracting Activity (VACA) anticipates establishing a contract under North American Industrial Classification System (NAICS) Code 541219, ""Other Accounting Services"" with a Small Business standard of $22,000,000. VACA is issuing this notice in order to solicit capability statements from qualified sources to ensure sufficient competition exists to meet the Government's requirements. It is the Government's intent to use information gathered in response to this notice to assist in market research to determine whether to, in accordance with applicable laws, set-aside, solicit offers from all responsible sources. The anticipated length of performance is a one (1) twelve (12) month Base Period and four (4) twelve (12) month Option Periods. BACKGROUND: The purpose of this effort is to obtain strategic financial support services to the Chief Financial Office (CFO). This requirement supports the CFO Resource Management Office (RMO) and the Office of the Comptroller in their roles of managing, executing, and reporting Agency's financial activity. The contractor shall provide budgetary and technical support to implement, test, and report on budgetary procedures/processes. The contractor will recommend or implement process improvement tasks against documented Corrective Action Plans in support of DIA audit readiness and process improvement goals. PLEASE ENSURE YOU HAVE READ ALL ASPECTS OF THE SOW. Interested parties shall review the attached DRAFT Statement of Work and provide their capability to perform the requirements. Small businesses are encouraged to respond. RESPONSE REQUESTED: This notice is a market research tool being used to determine the availability and capability of potential sources prior to determining a procurement strategy. No basis for a claim against the Government shall result from a response to this notice. If a solicitation is issued as a result of this Sources Sought, information submitted in response to this notice may be used to determine the appropriate procurement strategy. All qualified small business concerns are encouraged to respond. INTERESTED FORMS SHALL SUBMIT THE FOLLOWING: 1.�� �Name and address of company and or companies (if there is a teaming arrangement.) Include; mailing address, telephone, fax number, website address (if applicable), Point of Contact Name, telephone and email address of the individual(s) authority and knowledge to clarify responses with Government representatives. � a.�� �Potential teaming arrangements-Describe whether the company intends to fulfill the subject requirement along, or whether a teaming arrangement is anticipated. The Government recognizes that one company may not possess all of the necessary knowledge, skills, and experience needed to meet the requirements specified in the SOW. If knowledge, skills or other expertise is obtained from this type of arrangement, vendors shall describe the efficiencies gained through teaming, but members need not be identified. b.�� �Explain how expertise and experience gained through teaming will benefit the Government. 2.�� �Technical capability relevant to the requirement; 3.�� �Technical approach relevant of the requirement (no more than 2-3 paragraphs) 4.�� �Management approach relevant to the requirement (no more than 2-3 paragraphs); 5.�� �Any Corporate experience relevant to the requirement; 6.�� �Relevant past performance. Your capability statement needs to include a list of three customers (Government) within the past three (3) years highlighting similar work in nature, scope, complexity and a brief description of the scope of work. Your submission for relevant past performance must include for each customer: Contract name/Contract Number; Contracting Agency or Department. POC and contact information; Yearly contract value (in $); State whether your firm was the prime or a subcontractor; Period of Performance; Description of work and how it relates to the requirements. 7.�� �Security Clearance: The contractor shall hold a current and active TOP Secret Security Clearance and must have a current Single Scope Background investigation with current/re-instable eligibility to Sensitive Compartment Information at the beginning of the performance period. Please see attached SOW for additional details. 8.�� �Representative sample of labor categories and rates for providing support services. 9.�� �Indicate business size, size standard and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman� Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service� Disabled Veteran Owned Small Business. 10.�� �DUNS Number, CAGE Code, Tax Identification Number, and company structure (Corporation. LLC. Partnership. Joint Venture. etc.) Companies also must be registered in � the System for Award Management at http://www.sam.gov/portal/SAM/#1 to be considered as a potential source. *Please note: VACA will make only one award from any solicitation resulting from this Sources Sought. Submission Instructions: Interested firms responding to this sources sought must provide a capability statement demonstrating their experience, skills, and capability to fulfill the Governments requirements for the above. The capability statement shall be in sufficient enough detail, but not exceed 5 pages, so that the Government can determine the experience and capability of your firm to perform the requirements specified in the DRAFT SOW. Please specify one primary and one alternate Point of Contact (POC) within your firm, including telephone numbers and email addresses in case clarifications of your submission are needed. DO NOT SUBMIT RESUMES. Respondents shall submit their response via email to the Point of Contact provided below. *The page size is to print to a standard 8.5""xI I"" paper using Times New Roman, I I-point font, with one inch margins using Microsoft Word. *The file shall be only one (1), in PDF or Word, and shall be no more than five pages in its entirety. Do not send a separate cover letter or any other document, submit only one (1) file. The response must be received no later than January 17, 2020 3:00 PM EST. Only electronic copies of capability statements will be accepted and should be emailed to: (Contracting Officer) pearl.hale2@dodiis.mil & (Contract Specialist) lanika.rivers@dodiis.mil. The email shall contain the following subject line: ""RMO/ULO (Financial Support)"". Questions or answers will not be considered. NO PHONE CALLS WILL BE ACCEPTED or RETURNED. The decision to proceed with the acquisition is at the sole discretion of the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bb9a75d0c0bf4e5284aec3223b4b17d6/view)
 
Place of Performance
Address: Washington, DC 20340, USA
Zip Code: 20340
Country: USA
 
Record
SN05519696-F 20191219/191217230155 (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.