Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOURCES SOUGHT

R -- Contract Policy Support Services

Notice Date
6/1/2022 7:01:31 AM
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
STRATEGIC SYSTEMS PROGRAMS WASHINGTON NAVY YARD DC 20374-5127 USA
 
ZIP Code
20374-5127
 
Solicitation Number
N0003022PS
 
Response Due
6/15/2022 2:00:00 PM
 
Point of Contact
Christina Clark, Phone: 202-451-3239
 
E-Mail Address
christina.clark@ssp.navy.mil
(christina.clark@ssp.navy.mil)
 
Small Business Set-Aside
WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
Description
Sources Sought Synopsis Strategic Systems Programs (SSP) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for Contract Policy Support services. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541614. The assigned NAICS code is one in which the Small Business Administration (SBA) has determined that Women Owned Small Business (WOSB) concerns are substantially underrepresented in Federal procurement, as specified on the SBA's Web site at http://www.sba.gov/WOSB and as further defined in FAR Subpart 19.15 - Women-Owned Small Business Program. Therefore, SSP is hereby requesting only qualifying WOSBs (including Economically Disadvantaged Women-Owned Small Business (EDWOSB) concerns) respond to this market research tool for the collection and analyses of information to determine WOSB/EDWOSB's capability to provide. There is no solicitation at this time. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.� The Government is interested in gaining knowledge of potential Women Owned Small Business (WOSB) concerns that are able to provide an on-site, performance-based services for Strategic Systems Programs� (SSP) acquisition community. Maintain currency in acquisition policy affecting the Federal Acquisition Regulations (FAR), Defense Federal Acquisition Regulations Supplement (DFARS), Navy-Marine Corps Acquisition Regulation Supplement (NMCARS), DoD and DoN instructions, manuals and directives, audits, investigative reports, analyses and studies of proposed new legislations, and other policies to make recommendations for updates to, or development of, acquisition policy, procedures, and guidance for SSP implementation. Review the Federal Register, Defense Pricing and Contracting (DPC) Publication Notice website, Class Deviation websites, and similar for changes in acquisition and contracting regulation and make recommendations for updates to, or development of SSP contracting and procurement policy, procedures, guidance, training, and tools. Create and update standard and ad-hoc reports to meet SSP, SECNAV, ASN(RDA), DASN(P), Congressional, and OSD data calls and reporting needs. Utilize tools including MS Excel, MS Access, Tableau, and Advana to consolidate data and perform data analysis. Review, analyze, and assess data to determine current status, evaluate trends, and forecast future values. Perform Business Process Re-engineering (BPR) assessments of SSP�s procurement practices to assess process weaknesses, identify gaps, and implement opportunities to improve efficiencies, effectiveness, and end-to-end standardization. Review local processes for compliance with DoD policies, procedures, and regulatory guidelines. Develop, review, and maintain acquisition policy curriculum and training material. Coordinate and conduct acquisition policy training, brown bags, and presentations. Ensure training and training material is current and consistent with current Federal statutes; laws; FAR, DFARS, and NMCARS regulations; DoD and DoN instructions, manuals, and directives; and similar higher order polices, guidance, and SOPs. Perform contract close-out and provide guidance to contracting personnel to ensure that contract close-out is performed in accordance with current statutes, policies, and agency procedures. Advise contracting personnel on records management and retention guidance to ensure that record retention is calculated and performed in accordance with current statutes, policies, and agency procedures. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses or procured through full and open competition, and multiple awards may be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 15 June 2022 COB EST. �All responses under this Sources Sought Notice must be emailed to christina.clark@ssp.navy.mil. If you have any questions concerning this opportunity, please contact: christina.clark@ssp.navy.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fbf9cb4a6c1b4a618e97d596de54d708/view)
 
Place of Performance
Address: Washington Navy Yard, DC 20374, USA
Zip Code: 20374
Country: USA
 
Record
SN06344723-F 20220603/220601230110 (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.