Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 09, 2022 SAM #7526
SOURCES SOUGHT

R -- Supply Chain Risk Management Pilot Program

Notice Date
7/7/2022 11:02:20 AM
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
W6QK ACC-APG DURHAM RESEARCH TRIANGLE PAR NC 27709-2211 USA
 
ZIP Code
27709-2211
 
Solicitation Number
22-W911NF-0002
 
Response Due
7/15/2022 10:00:00 AM
 
Point of Contact
Jermain Compton, Rodolfo Estrada
 
E-Mail Address
jermain.m.compton.civ@army.mil, rodolfo.estrada6.civ@army.mil
(jermain.m.compton.civ@army.mil, rodolfo.estrada6.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Synopsis:� THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A SOLICITATION NOR REQUEST FOR�PROPOSAL AND�SHALL NOT BE CONSTRUED�AS A COMMITMENT BY THE GOVERNMENT. RESPONSES�IN�ANY�FORMARE�NOT�OFFERS�AND�THE�GOVERNMENT�IS�UNDER�NO�OBLIGATION�TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE�TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION�SUBMITTED BY RESPONDENTS TO�THIS SOURCES�SOUGHT NOTICE IS STRICTLY VOLUNTARY. NO�BASIS FOR CLAIMS SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT�NOTICE OR THE USE OF SUCH INFORMATION AS EITHER PART OF THE EVALUATION PROCESS�OR IN DEVELOPING SPECIFICATIONS FOR ANY SUBSEQUENT REQUIREMENT.�THIS SOURCES�SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AND NO REQUESTS FOR EXTENSIONS�WILL�BE�GRANTED.� Army Contracting Command - Aberdeen Proving Ground - Research Triangle Park Division (ACC- APG-RTP) is conducting market research to determine the extent of sources capable of performing as a prime contractor. The Government may use responses from this sources sought to� make an acquisition decision about soliciting a requirement. The purpose of this sources sought� notice is to determine industry interest, capability, and relevant experience of potential qualified businesses relative to a non-personal services requirement.� The requirement is designed to identify a company that will conduct a search to find an individual qualified to support the U.S Army Futures Command (AFC) who is responsible for Army Modernization efforts. In today's environment, competition and connected economies present a challenge to fully understand a non-traditional contractor's strengths, weaknesses, dependencies, and partnerships that challenge the Army's ability to innovate and provide capability at speed. Acknowledging this risk to Army innovation, AFC - Acquisition and Systems (A&S) propose an Supply Chain Risk Management Pilot to better understand essential business elements while reducing risk. The Government shall not exercise any supervision or control over the personnel search requirements. The contractor shall be accountable for the execution of each task and is solely responsible to the Government in accordance with (IAW) the terms and conditions of the contract.� This Sources Sought will be used to identify small business contractors who can provide services as specified above and determine their availability and adequacy. If your company is interested in this requirement, is a qualified small business for the NAICS code 541614, and understands risk analysis related to non-traditional contractor business elements or has performed similar projects, we request the information shown below. An organization that is not considered a small business under the applicable NAICS code should not respond to this notice. As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the government in developing a potential Request for Proposal (RFP), to be issued later, and determine whether any type of small business set-aside is possible for this procurement or whether the government should use full and open competitive procedures. Submission Instructions Responses must include the information requested below and must be sent to the Contracting Officer and Contracts Specialist no later than July 15 2022 by noon Central Standard time. This notice is strictly for market research, any questions for the Government is encouraged (Government will not respond to any questions at this time). Company Profile to include: Company name and address; Year the firm was established and number of employees; Points of contact (names, titles, phone numbers and email addresses); DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/; Small Business designation.� Based on the above NAICS Codes, state whether your company is: Small Business ��������������������������������������������� (YES/NO) Woman Owned Small Business�������������������� (YES/NO) Small Disadvantaged Business��������������������� (YES/NO) 8(a) Certified�������������������������������������������������� (YES/NO) HUBZone Certified���������������������������������������� (YES/NO) Veteran Owned Small Business�������������������� (YES/NO) Service Disabled Small Business������������������ (YES/NO) Describe your company�s primary business product/service line. Please detail any existing DoD or GWAC contract vehicles to which your company is a prime contract holder. Would you potentially propose as a joint venture? If so, provide appropriate details on the type of arrangement and relevant information on partners or other teaming partners�� or subcontractors. Include JV FCL and other relevant certifications. If the government elects one of any number of SB strategies and you are a small business,� and are awarded a contract, do you anticipate you can comply with FAR 52.219-14 Limitations on Subcontracting? If not please explain. If you are a small business, can you go without payment for 90 days? Please explain how� you will fund the employment of qualified and the appropriate number of staff without payment to meet the PWS requirements in the first 90 days. How do you intend to be in compliance with FAR 52.215-22 and FAR 52.215-23? Primary risk areas and/or potential issues associated with an acquisition of this type.� How do you propose to mitigate any risk(s)? Provide a point of contact (address, phone number and e-mail address). Although this is a sources sought notice, are you interested in submitting a proposal for this requirement if a solicitation is issued as Full and Open or as a 100% or partial SB set- aside? Please provide preferred order of priority. Response Guidelines Interested parties are requested to respond to this Sources Sought with a capability statement and responds to the questions above. Submissions cannot exceed 10 pages, single-spaced, Arial 12-point type with at least one-inch margins on 8 1/2� X 11� page size. Your response should not exceed a 5 MB e-mail limit. Responses must specifically answer the questions set forth in Section 3 and describe your capability to meet the requirements outlined and problems set forth in this RFI. No �sales pitch-like� white papers or other materials will be accepted or read. The Government highly encourages any interested vendor to utilize the capability statements to capitalize on its company�s capabilities and strengths.� Companies who wish to respond to this sources sought should send responses via email no later than 12 PM, noon Central Standard time on 15 July 2022 to Jermain Compton; jermain.m.compton.civ@army.mil or Rodolfo Estrada: Rodolfo.estrada6.civ@army.mil.� All data received in response to this notice that is marked or designated as corporate or proprietary will be protected from any release outside the Government consistent with applicable law.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3ab3fac19986493eb873f82c36f72d2d/view)
 
Place of Performance
Address: Austin, TX, USA
Country: USA
 
Record
SN06381866-F 20220709/220707230107 (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.