Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2020 SAM #6693
SOURCES SOUGHT

R -- Program Management and Analytical Support Services

Notice Date
3/25/2020 11:48:05 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
SILC BSS(00084) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08420QBB500900
 
Response Due
4/25/2020 10:00:00 AM
 
Archive Date
05/10/2020
 
Point of Contact
Patty Scott, Phone: 7576284157, Fax: 7576284135, Clenton A. Shanks, Phone: 7576284115, Fax: 7576284135
 
E-Mail Address
patty.g.scott@uscg.mil, clenton.a.shanks@uscg.mil
(patty.g.scott@uscg.mil, clenton.a.shanks@uscg.mil)
 
Description
This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability and potential sources and the availability of commercial sources pursuant to FAR Part 10. � This notice is issued by the U. S. Coast Guard Shore Infrastructure Logistics Center (SILC - COB4E) Norfolk, VA has a requirement to identify sources capable of providing Program Management and Analytical Support Services for the U.S. Coast Guard Director of Operational Logistics (DOL) for a Base Period of performance beginning on or about 06 April 2021 through 05 April 2022; and four one-year option periods beginning 06 April 2022 through 05 April 2026 if exercised by the Government, for a total contract duration not to exceed five years or 60 months.� The objective is that the United States Coast Guard (USCG) has a requirement for continued contractor services to support the Director of Operational Logistics (DOL) and other USCG enterprise efforts (e.g.,� Deputy Commandant for Mission Support (DCMS)) to ensure uniform business management practices are in place across the DOL.� Contractor services required include, but are not limited to, program management, facilitation, meeting management, strategic planning and analysis, business case analysis, continuous process improvement and implementation support for business management concepts, planning initiatives, and communications of the DCMS organization using approved and authoritative project management resources and databases, (e.g., MS PROJECT PRO, SHAREPOINT, PRIMAVERA, MS Outlook Task Manager). Contractors having the skills and capabilities necessary to provide the stated services are invited to provide information to this market research/sources sought notice to include small business, veteran-owned small business, service-disabled veteran-owned small business, 8(a) business, HUBZone small business, small disadvantaged business, economically disadvantaged women- owned small business, women-owned small business concerns and Corporat affiliations, potential joint venture partners, teaming partners, and/or major subcontractor information must be provided with your information. The applicable NAICS code is 541611 (Administrative Management and General Management Consulting Services) with a size standard of 16.5M. Any interested vendors capable of providing these services is requested to respond via e-mail to: Patty.G.Scott@uscg.mil no later than 1:00 pm (Eastern) on 25 April 2020; with the following documentation: Interested contractors should include the following information: Name of Company and Address, DUN�S number, Point of Contact, Phone Number and E-mail Address, Business Size (small business, veteran-owned small business, service disable veteran-owned small business, 8(a) business, HUBZone small business, Small Disadvantaged business, economically disadvantaged women-owned small business, large business potential joint venture partners, teaming partners and major subcontractors and woman owned small business.���� In addition, past performance information and a capability statement shall be submitted.� Past Performance information shall include recent and relevant contracts for the same or similar scope and other references (including contract numbers, point of contact with telephone numbers and other relevant information).� Offeror shall furnish this information for at least three contracts ongoing or completed within the last three years, for like or similar services, held with the U. S. Coast Guard, other Government Agencies or Private Industry. Competition and set-aside decisions may be based on the results of this market research. Interested parties must be registered in System for Award Management (SAM).� SAM can be accessed at https://www.sam.gov/portal/public/SAM/ or by calling 866-606-8220. A solicitation will be issued shortly and will be synopsized on the beta.SAM.gov�website.��It is the potential offer�s responsibility to monitor this avenue for release of any future solicitation or synopsis. This notice is for market research purposed only and does not constitute a Request for Quote (RFQ) and it is not considered to be a commitment by the Government nor will the Government pay for information solicited, no basis for claim against the Government shall arise as a result from a response to the Sources Sought or Government use of any information provided.� At this time no solicitation exists; therefore DO NOT REQUEST A COPY OF THE SOLICITATION.� The government reserves the right to consider any arrangement as deemed appropriate for this procurement.���
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/91ea3c58e39e47be9c10baaea22faa86/view)
 
Place of Performance
Address: Norfolk, VA, USA
Country: USA
 
Record
SN05600482-F 20200327/200325230147 (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  © 1994-2020, Loren Data Corp.