Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 06, 2021 SAM #7280
SOURCES SOUGHT

R -- OCIO Data and IT Modernization Support Services

Notice Date
11/4/2021 3:02:05 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
GSA FAS AAS REGION 4 ATLANTA GA 30308 USA
 
ZIP Code
30308
 
Solicitation Number
47QFSA21K0116
 
Response Due
11/15/2021 9:30:00 AM
 
Archive Date
11/30/2021
 
Point of Contact
Jacqueline Milton, Phone: 4042242203, Luis Pagan Marchand, Phone: 8133947276
 
E-Mail Address
Jacqueline.Milton@gsa.gov, luis.paganmarchand@gsa.gov
(Jacqueline.Milton@gsa.gov, luis.paganmarchand@gsa.gov)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
The purpose of this posting is to seek out capable sources to perform this requirement as part of the Market Research process. GSA FAS AAS Is searching for an 8(a) business that has the capability to perform this work; however, a set aside determination has NOT been made. In response to this sources sought, please provide a capabilities statement, specific to this requirement, responses to the information requested below, and a Rough order of Magnitude (ROM) it would take to accomplish the requirements herein.� The overarching scope of work is to - 1. Provided solutions in support of Centers for Disease Control (CDC), Office of the Chief Information Officer (OCIO), Office of Business Operations (OBO). The contractor shall provide all personnel, supervision, and other services necessary to perform the work as defined in this PWS in support of the CDC�s Office of the Chief Information Officer (OCIO) for this purpose of Program Management and Operational Support, Modernization Planning and Implementation Support.� 2. Communication and Engagement, Surge Support Service, Data Science, Analytics, and Consulting to support the Enterprise Data Office, and Program Analysis and Project Management. Please see attached Performance-Based Statement of Work (PWS) If your Company has the potential capability to satisfy this requirement, please provide the following information: 1) Company name 2) Cage Code 3) DUNS Number 4) Address 5) Point of Contact 6) E-mail Address 7) Web Site Address 8) Telephone number 9) Type of ownership (SB, Large Corp., etc.) for the Company under NAICS code 339113. 10) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Significant subcontracting or teaming is anticipated in order to deliver technical capability, and as such, organizations should address the administrative and management structure of such arrangements. Provide any information of sales in the commercial marketplace for similar services. If you have any comments or suggestions on requirements you are invited to send them in with your capability statement. The government will use the responses to this Sources Sought to ascertain potential market capability. Telephone inquiries will not be accepted or acknowledged at this time, and no feedback or evaluations will be provided to companies regarding their submissions. The Government is not obligated to notify respondents of the results of this announcement and it reserves the right to reject, in whole or in part, any private sector input as a result of this announcement. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. Interested vendors should provide information to determine if the company: (a) has adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a) and Subpart 52.219-14(a)) (b) is able to comply with the required or proposed performance schedule, taking into consideration all existing commercial and governmental business commitments. (c) has a satisfactory performance record (see 9.104-3(b) and Subpart 42.15). (d) has a satisfactory record of integrity and business ethics (for example, see Subpart 42.15); (e) has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3 (a).) (f) has the necessary production capacity, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and (g) is otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at FAR 9.108). 11) All Suggestions, Contract Type, Changes to the Draft PWS, and so forth will be considered if in your response to this sources sought. All information contained in the RFI is preliminary as well as subject to modification and is in no way binding on the Government. FAR clause 52.215-3, �Request for Information or Solicitation for Planning Purposes�, is incorporated by reference in this RFI. The Government does not intend to pay for information received in response to this RFI. �Responders to this invitation are solely responsible for all expenses associated with responding to this RFI. �This RFI will be the basis for collecting information on capabilities available. �This RFI is issued solely for information and planning purposes. �Please be advised that all submissions become Government property and will not be returned nor will receipt be confirmed. �In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/81e0420366cf484f924a3cc68a41de64/view)
 
Record
SN06171486-F 20211106/211104230118 (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.