Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 20, 2023 SAM #7997
SOURCES SOUGHT

R -- RFI: Integrated Management Consulting Services

Notice Date
10/18/2023 2:11:09 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
 
ZIP Code
20910
 
Solicitation Number
NA-AJ5700-23-00284
 
Response Due
11/1/2023 2:00:00 PM
 
Archive Date
11/08/2023
 
Point of Contact
Thao Ly, Phone: 240-653-9025, Megan Whipple
 
E-Mail Address
Thao.Ly@noaa.gov, Megan.Whipple@noaa.gov
(Thao.Ly@noaa.gov, Megan.Whipple@noaa.gov)
 
Description
MARKETING RESEARCH ANNOUNCEMENT Sources Sought Notice: Integrated Management Consulting Services Disclaimer and Important Notes: This posting is a Sources Sought to gauge interest from potential vendors and is issued solely for informational and planning purposes. This posting is�not a Request for Quotations, and it is not considered to be a commitment by the Government to award a contract nor is the Government responsible for any costs incurred in furnishing information provided under this Sources Sought. No basis for claim against the Government shall arise as a result from a response to this Sources Sought or Government use of any information provided. No proprietary, classified, confidential, or sensitive information shall be included in your response to this Sources Sought. Description of Work Required: The mission of the National Oceanic and Atmospheric Administration (NOAA) is to understand and predict changes in climate, weather, oceans, and coasts; to share knowledge and information with others; and to conserve and manage coastal and marine ecosystems and resources. To accomplish its mission, NOAA has established over 700 facility site locations supporting a variety of activities and operations conducted by NOAA personnel across the United States and its territories. The Office of the Chief Administrative Officer (OCAO) is a major staff office within NOAA with management functions in four major programmatic areas: (1) administrative programs, (2) facilities programs; (3) safety and security programs; and (4) assets. OCAO is chiefly responsible for NOAA-wide technical, programmatic guidance, and staff support to NOAA in the areas of Logistics Operations, Facilities Operations, Personal Property Management, Real Property Management, and Directives and Administrative Programs. This requirement is for expertise capabilities in planning and implementing broad organizational change, including stakeholder engagement and change management, to support the line and staff offices of NOAA. Contractors shall provide expert advice and assistance in support of NOAA�s mission-oriented business functions. The following are examples of the types of integrated consulting services the Contractors may be expected to perform under this requirement. These examples are not all-inclusive or restrictive in nature and do not constitute relief from exercising professional judgment in the performance of the integrated consulting services. a. Management or strategy consulting, including research, change management, communication plans, evaluations, studies, analyses, scenarios/simulations, reports, business policy and regulation development assistance, strategy formulation on issues related to organization, operations, and business technology; b. Facilitation and related decision support services; c. Survey services, using a variety of methodologies, including survey planning, design, and development; survey administration; data validation and analysis; reporting, and stakeholder briefings; d. Executive level consulting, including providing expertise in addressing and implementing executive orders, strategic orders, and developing of business processes for new and existing organizational units; and/or e. Planning consulting, including climate planning, equity planning, succession planning, staff planning, such as full-time employee versus contractor. The North American Industry Classification System Code (NAICS) is 541611 � Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services. The Small Business Size Standard is $24.5 million.� Period of Performance: One (1) Base Year and Four (4) One-Year options. Place of Performance: All work shall be performed at the Contractor�s facilities unless designated otherwise. The Government anticipates the majority of support will be required in the Washington, D.C. metropolitan area. Submission of Information: Interested parties are encouraged to submit a response demonstrating the vendor�s capability, qualifications, and expertise to satisfy the requirements. Specifically, any interested parties are requested to provide the following information: (1) Company name and address; (2) UEI number; (3) Federal Government Contract Vehicles Number (e.g. GSA Contract Number), if applicable; (4) Business size and all socioeconomic status� (e.g., large business, small business, 8(a), veteran owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women owned small business); (5) Company point of contact � name, phone, and e-mail address; AND (6) Demonstrated capabilities for key criteria listed above. Draft Performance Work Statement is attached for reference and further requirement specific information. NOTE (1) Contractors doing business with the Government are required to register in the System for Award Management (SAM) database before they can be awarded a contract. A template containing the information for registration can be found at: https://www.sam.gov/portal/public/SAM/. Responses must be no longer than ten pages in length. Submit your response by 5:00 PM EST on November 1, 2023 to the Contract Specialist, Thao Ly at thao.ly@noaa.gov with a copy to Megan Whipple at megan.whipple@noaa.gov. AGAIN, THIS IS NOT A REQUEST FOR PROPOSALS. This is for planning purposes only and is a market research tool to determine availability and adequacy of interest from potential vendors. The Government will not reimburse responders for the cost of the submissions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/961d5e60dfb94b0899490feb5a1300d8/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN06862605-F 20231020/231018230043 (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.