SOURCES SOUGHT
R -- Diplomatic Security Financial and Resource Management Support Services
- Notice Date
- 6/2/2023 8:25:05 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
- ZIP Code
- 20520
- Solicitation Number
- 19AQMM23N0050
- Response Due
- 6/16/2023 1:00:00 PM
- Archive Date
- 07/01/2023
- Point of Contact
- Melissa Tyson, Phone: 202-919-0626, Amber Gray, Phone: 3019439172
- E-Mail Address
-
TysonMR@state.gov, GrayAL@state.gov
(TysonMR@state.gov, GrayAL@state.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Diplomatic Security Financial and Resource Management Support Services Request for Information number: 19AQMM23N0050 *Notice to Small Business* Respondents are encouraged to provide feedback, comments, and questions regarding the draft Performance Work Statement document. Specifically, the Government is seeking feedback about the following: Additional business documents like specific metrics or other data may be needed to clarify or support the draft Performance Work Statement. Each response should include the following: - Company name - Company address - Company point of contact, phone, and e-mail address - Company Business Size (i.e., small business or other than small business) Please limit responses to ten pages. Respondents are advised that minor grammatical errors may be present in the Performance Work Statement. Please only bring such issues to the attention of the Government if you need help discerning the meaning of a specific sentence or section of the document. Not responding to this request does not preclude participation in future order requests. General questions regarding this request may be submitted via e-mail by June 9, 2023, 10 AM Eastern Time. Please note that the Government cannot directly respond to any questions received during this time. However, all feedback will be given due consideration, and any feedback received may be used to revise the requirements. Contract holders wishing to respond to this request must submit their response via e-mail by June 16, 2023, 10 AM Eastern Time. Information from this RFI may lead to one-on-one market research discussions and other recommended approaches to industry engagement. **FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997)** The Government is seeking Capability Statements on behalf of the Bureau of Diplomatic Security from Small Business organizations under the North American Industry Classification System (NAICS) code 541611 that can provide a complete range of financial management services at all stages of the budget planning, formulation, execution, and reconciliation process. The Contractor will support DS/CFO in managing DS�s financial operations, including its embedded Resource Management operations. This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations.� The purpose of this notice is to obtain information regarding: �(1) the availability and capability of qualified business sources; �(2) the availability of capable Small Businesses; HUBZone Small Businesses; Service-Disabled, Veteran-Owned Small Businesses; 8(a) Small Businesses; Veteran-Owned Small Businesses; Woman-Owned Small Businesses; or Small Disadvantaged Businesses; and� (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� The NAICS code is 541611,�Administrative Management and General Management Consulting Services. The U.S. Small Business Administration establishes a size standard for 541611 as $16,500,000 in revenue or less. �BACKGROUND INFORMATION AND OBJECTIVE: The Bureau of Diplomatic Security, Office of the Chief Financial Officer (DS/CFO), requires a complete range of financial management services at all stages of the budget planning, formulation, execution, and reconciliation process.� REQUIREMENTS: A facility clearance of Top Secret will be required. Independently and not as an agent of the Government, the Contractor shall demonstrate their capability to furnish all the necessary services, qualified personnel, material, equipment, and facilities not otherwise provided by the Government as needed to perform the following: Interested organizations must demonstrate and document in the submitted capability statement extensive experience in the areas listed above. INSTRUCTIONS: Capability statement /information sought. Companies that believe they can provide the required product/service should submit documentation of their ability to meet each task to the Contracting Officer. The capability statement must specifically address each of the task requirements separately.� Additionally, the capability statement should include the following: 1. The total number of employees. 2. The professional qualifications of personnel as it relates to the requirements outlined. 3. Any contractor GSA Schedule contracts and other government-wide acquisition contracts (GWACs) by which all requirements may be met, if applicable. 4. Any other information considered relevant to this program. Capability statements must include the Company Name, Unique Entity ID from SAM.gov, Physical Address, and Point of Contact Information. The response must include the respondents� technical and administrative points of contact, including names, titles, addresses, telephone and fax numbers, and e-mail addresses. �Interested companies must identify their type of business, applicable North American Industry Classification System (NAICS) Code, and size standards per the Small Business Administration. The Government requests that no proprietary or confidential business data be submitted in response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact who has the authority and knowledge to discuss responses with Government representatives. In response to this market survey, capability statements that need sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. The established NAICS code is 541611. Respondents must provide clear and convincing documentation of their capability of providing the products and support services specified in this notice.� Also, information must be provided in sufficient detail as to the respondents�: 1. Staff expertise includes availability, experience, and formal and other training. 2. Capability to perform the work. 3. Prior tasks of similar nature. Compliance with requirements: Contractors must identify and demonstrate how they will meet the abovementioned requirements. Any other specific and relevant information about this particular area of procurement that would improve our consideration and evaluation of the information presented is desirable.� Documentation may include, but not be limited to, contracts, both Government and commercial, the organization performed, references, i.e., names, titles, telephone numbers, and any other information serving to document the organization's capability, e.g., awards, commendations, etc. The information submitted must be in an outline format that addresses each of the elements of the project requirement and in the capability statement paragraphs stated herein. A cover page and an executive summary may be included but are not required. Any business concerns that believe they possess the capability necessary to undertake the work described above successfully must SUBMIT CAPABILITY STATEMENT ELECTRONICALLY to the Contracting Officer, Melissa R. Tyson, at TysonMR@state.gov and Contract Specialist, Amber Gray, at GrayAL@state.gov, NO LATER THAN 4:00 PM ET on June 16, 2023. The Subject line for the submission should include this Sources Sought Number and Company name.� AQM will not accept paper or faxed capability statements. �THIS NOTICE IS NOT A REQUEST FOR PROPOSALS. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This notice does not obligate the Government to award a contract or pay for the information provided in response. The Government reserves the right to use the information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is not obligated to acknowledge receipt of the information received or provide feedback to respondents concerning any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on SAM.gov. However, responses to this notice will not be considered adequate responses to a solicitation. �CONFIDENTIALITY. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8126ab4dcb554874a5a836195ce8b8b1/view)
- Place of Performance
- Address: Arlington, VA 22209, USA
- Zip Code: 22209
- Country: USA
- Zip Code: 22209
- Record
- SN06703276-F 20230604/230602230115 (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 |