Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 22, 2020 SAM #6749
SOURCES SOUGHT

99 -- THI_for_Antilles-Schools_20-21

Notice Date
5/20/2020 8:17:19 AM
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
DOD EDUCATION ACTIVITY ALEXANDRIA VA 223501400 USA
 
ZIP Code
223501400
 
Solicitation Number
THI_for_Antilles-Schools_20-21
 
Response Due
6/3/2020 7:00:00 AM
 
Archive Date
06/18/2020
 
Point of Contact
Sherry Balmain, OCTAVIO PALMERO
 
E-Mail Address
sherry.balmain@dodea.edu, octavio.palmero@dodea.edu
(sherry.balmain@dodea.edu, octavio.palmero@dodea.edu)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure theservices of a certified teacher(s) of the hearing impaired (THI) for the 2020-21 school year for four students at Antilles Elementary, Antilles Middle, and Antilles High School located in Fort Buchanan, Puerto Rico.� None of the students are severely disabled.� Based on their individual education programs (IEP), all four require support bi-monthly�six times per calendar year�direct services at the school site for approximately one hour each. Indirect services, such as participation in IEP meetings, consultation, testing, or screening students are expected to occur periodically. This will be on a small business set-aside basis, provided two or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside.� Be advised that the U.S. Government will not be able to set aside this requirement if two or more small businesses do not respond with information to support the set-aside.� We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service. �Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. �The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.� Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. �If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. �It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The anticipated NAICS code is:� 611710, Educational Support Services with a size standard of $15,000,000.� Attached, is a draft Performance Work Statement (PWS), which contains Technical Exhibit #1, Performance Requirements Summary (PRS), Technical Exhibit #2 Deliverables and Technical Exhibit #3 In response to this sources sought, please provide: 1.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 4.� Information to help determine if this requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5.� Identify how DoDEA can best structure these contract requirements to facilitate competition by and among small business concerns. 6.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Include the subject of the acquisition, this announcement, and the DoDEA POC information from the FedBizOpps notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. This information is due no later than Wednesday, June 3, 2020 at 10:00 a.m. via email to sherry.balmain@dodea.edu
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5b3f335fb5064b399db9e50606879257/view)
 
Place of Performance
Address: PR 00934, USA
Zip Code: 00934
Country: USA
 
Record
SN05664816-F 20200522/200520230200 (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.