Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 29, 2021 SAM #7333
SOURCES SOUGHT

99 -- Sources Sought for DLNSEO National Language Service Corps (NLSC) Support Services

Notice Date
12/27/2021 3:35:01 PM
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
DEFENSE HUMAN RESOURCE ACTIV (DHRA) ARLINGTON VA 22209# USA
 
ZIP Code
22209#
 
Solicitation Number
Sources_Sought_NLSC
 
Response Due
1/14/2022 6:00:00 AM
 
Point of Contact
Nedal Awadallah, Austin Francis
 
E-Mail Address
nedal.awadallah.civ@mail.mil, Austin.W.Francis.civ@mail.mil
(nedal.awadallah.civ@mail.mil, Austin.W.Francis.civ@mail.mil)
 
Description
NOTICE TYPE: Sources Sought CENTER OFFICE: Defense Language and National Security Education Office (DLNSEO) REQUIREMENT: Defense Language and National Security Education Office (DLNSEO) National Language Service Corps (NLSC) Services 1. The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS). The Government requires contractor services to administer critical functions of the National Language Service Corps (NLSC), a major activity of the National Security Education Program (NSEP). These functions include recruiting U.S. citizens to become members of the NLSC, collecting and retaining members� information, providing information to government organizations that are NLSC partners or are interested in becoming partners, assisting in the process of member activation and proficiency certification, providing language acquisition services and other benefits to NLSC members, and ensuring compliance with privacy act regulations. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. 2. The proposed NAICS for this effort is 541612, Human Resources Consulting Services (size standard $15M). Comments on this NAICS and suggestions for alternative codes must include supporting rationale. 3. The Government is specifically performing Market Research to see if there are potential vendors who can provide the following: The Contractor shall provide all personnel, management, materials, equipment and facilities necessary to develop and implement approaches that support the full operation of the NLSC as an organization that is capable of creating and responding rapidly with a pool of trained language professionals. SUBMISSION INFORMATION: A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. If applicable, GSA contract number, schedule. B. CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 10 pages 1. Please describe your organization's breadth of expertise/competency to respond to the draft PWS. Critical functions to be provided include: � Perform Activation Efforts�Work with federal organizations to provide NLSC members in response to federal needs. � Identify Members � Identify Government Partners � Support Member Activations � Provide Outreach, Communication and Support to NLSC Members � Provide Information Technology System Management�Host the NLSC website (www.NLSCorps.org) and NLSC Dashboard and assist DLNSEO with inquiries and compliance on the NLSC Records (Defense Privacy and Civil Liberties Transparency/DHRA 07) and NLSC�s Continuity of Operations systems, which are to be property of the U.S. Government. � Provide Reporting Support�Provide necessary supporting documentation that will help DLNSEO respond in a timely manner to requests for information about the NLSC from components of the DoD and other sources. 2. Industry feedback is requested on the PWS for this requirement. Please list any challenges or potential performance roadblocks related to fulfilling the PWS requirements and any suggestions for improving the PWS language. Additionally, the Government seeks answers to the following questions concerning this requirement. Please consider providing responses: � What is your company�s capability to complete the PWS requirements? If unable to provide support for the entire requirement, indicate which sections of the PWS your company can successfully support. Additionally, indicate whether your company is interested in supporting this contract requirement at the prime or subcontractor level. � Please provide a short description of your experience in providing personnel, management, materials, equipment and facilities necessary to develop and implement approaches that support the full operation of an organization, such as the NLSC, that is capable of creating and responding rapidly with a pool of trained language professionals (as it relates to the PWS). � Please describe your experience with: o Identifying members and government organizations interested in such a program and communicating with members and with government organizations who request such services (as it relates to the PWS). o Complying with DoD Risk Management Framework (RMF) for Information Technology (IT) (as it relates to the PWS). � What new and innovative approaches is your company utilizing to deliver similar contract requirements? � What feedback does your company have on the Government�s requirements? C. BACKGROUND/PAST EXPERIENCE: Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party�s expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government. RESPONSE DUE DATE: The Government requests that all responses be returned by 12:00 PM ET on 14 January 2022. All responses shall be submitted electronically to the DHRA Enterprise Acquisition Division point of contacts: Nedal Awadallah, nedal.awadallah.civ@mail.mil Austin Francis, austin.w.francis.civ@mail.mil Interested vendors may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 703-332-9247.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5542d698bd204f889677aeae2ac5ec2a/view)
 
Record
SN06205336-F 20211229/211227230108 (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.