Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
SOURCES SOUGHT

U -- General Fund Enterprise Business System (GFEBS) Strategic Integrator

Notice Date
11/3/2022 6:34:39 AM
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
W6QM MICC-FT JACKSON COLUMBIA SC 29207-5490 USA
 
ZIP Code
29207-5490
 
Solicitation Number
W9124C23R0003
 
Response Due
12/2/2022 7:00:00 AM
 
Point of Contact
Richard J. Buelow, Phone: 8037517704, Scott R. Bertacini
 
E-Mail Address
richard.j.buelow.civ@army.mil, scott.r.bertacini.civ@army.mil
(richard.j.buelow.civ@army.mil, scott.r.bertacini.civ@army.mil)
 
Description
Sources Sought for W9124C23R0003 General Fund Enterprise Business System (GFEBS) Strategic Integrator Support Services INTRODUCTION: The Mission Installation Contracting Command (MICC) � Fort Jackson is issuing this sources sought as a means of conducting market research to identify parties having an interest in, and the resources to provide GFEBS Strategic Integrator support services at Fort Jackson, South Carolina. The intention is to procure these services on a competitive basis BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE: Fort Jackson, SC 29207 DISCLAIMER: �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PROGRAM BACKGROUND: This requirement is to provide GFEBS sustainment training integration and strategic plans that address the US Army Learning Model (ALM) which is contained within TRADOC Pam 525-8-2, US Army Learning Concept 2015, (ALC 2015). REQUIRED CAPABILITIES: The contractor shall provide all personnel, equipment, supplies, transportation, tools, facilities, materials, supervision and other items and non-personal services necessary to perform training and strategic concepts and integration thereof and other similar duties in support of the United States Army Soldier Support Institute (SSI) and the United States Army Finance and Comptroller School�s (FCS) training missions to include multi-functional capability (i.e., Finance and Comptroller (FC) subject matter expertise). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site 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 tight 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. SPECIAL REQUIREMENTS: Service Contract Act: �Pursuant to the Service Contract Act of 1965, the determination by the Secretary of Labor as to the applicable minimum monetary wage and fringe benefits will be made part of any resulting contract. The applicable Area Wage Determination shall be applied to this requirement.� ELIGIBILITY: The applicable NAICS code for this requirement is 611710 (Educational Support Services) with a Small Business Size Standard of $16.5M. The Product Service Code is U008 (Training/Curriculum Development). Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT): MICC-Fort Jackson does not intend to conduct a site visit for this sources sought. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT): A draft Performance Based Performance Work Statement (PBPWS) is attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 10:00 am, EST, 2 Dec 22. All responses under this Sources Sought Notice must be e-mailed to Richard J. Buelow II at richard.j.buelow.civ@army.mil and Scott R. Bertacini at scott.r.bertacini.civ@army.mil This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE, UEI number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of one (1) base year and two (2) option years, with performance commencing in Sep 2023. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price (FFP). The Level of Effort is for one (1) base year and two (2) option years. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email to Richard J. Buelow II at richard.j.buelow.civ@army.mil and Scott R. Bertacini at scott.r.bertacini.civ@army.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b8d39bbd32d41b5b6b10fc869ca04e9/view)
 
Place of Performance
Address: Columbia, SC 29207, USA
Zip Code: 29207
Country: USA
 
Record
SN06509787-F 20221105/221103230103 (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.