Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2024 SAM #8335
SOURCES SOUGHT

D -- Communication Planning and Support Services

Notice Date
9/20/2024 9:44:55 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W6QM MICC-FDO FT SAM HOUSTON FORT SAM HOUSTON TX 78234-1361 USA
 
ZIP Code
78234-1361
 
Solicitation Number
W9124J-25-R-CPST
 
Response Due
10/9/2024 3:00:00 PM
 
Archive Date
10/24/2024
 
Point of Contact
LaTasha Cardwell, Phone: 5209447208, Stephen Fuller, Phone: 5207145158
 
E-Mail Address
latasha.s.cardwell2.civ@army.mil, stephen.b.fuller4.civ@army.mil
(latasha.s.cardwell2.civ@army.mil, stephen.b.fuller4.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought Notice (SSN) ONLY. The U.S. Government intends to award a non- personal services contract to provide OCPA Operations Support, Communication Research, Analysis and Evaluation, Communication Planning, Communication Product Development, Army Outreach Support, Professional Development and Training, Exhibit Management, and Executive Communication Support. The government shall not exercise any supervision or control over the contract service providers performing the services herein. Contract service providers shall be solely responsible for all materials, supervision, and other items necessary for performing the required tasks, except as defined in Part 3 Government Furnished Items and Services in the attached draft Performance Work Statement (PWS) dated 12 September 2024. The Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) is requesting information from industry regarding Communication Planning and Support Services in accordance with (IAW) the attached PWS draft. The government intends to award this to a small business. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. Be advised that the U.S. Government is unable to set aside this requirement if two (2) or more small businesses do not respond with information to support a set-aside. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids, or proposals at this time and will not accept unsolicited proposals in response to this SSN. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely at the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-Wide Point of Entry (GPE) located at SAM.gov. Potential offerors are responsible for monitoring the GPE for additional information pertaining to this requirement. The anticipated North American Industry Classification System (NAICS) code is 541611 � Administrative Management and General Management Consulting Services. The size standard for this NAICS code is $24.5M. If a different NAICS code would be better suited, please state in your response what NAICS is better suited for this requirement and why. This is a follow-on requirement with an anticipated period of performance for one (1) base year of 12 months and four (4) 12-month option years.� The period of performance shall be: Phase-In� � � � � � � � � � 3 December 2024 through 2 January 2025 Base Year:� � � � � � � � �3 January 2025 through 2 December 2025���������������� Option Year I:� � � � � � �3 December 2025 through 2 December 2026������������ Option Year II� � � � � � �3 December 2026 through 2 December 2027 Option Year III:� � � � � �3 December 2027 through 2 December 2028� Option Period IV:� � � � 3 December 2028 through 2 December 2029 Current Contract Information: a. Contract Number: W9124J-22-C-0004 b. Extent of Competition: SDVOSB set-aside c. Contract Name/Info: CruxDCG, LLC d. Contract Award Total: $7,484,910.01 e. Period of Performance: 3 January 2022 to 2 January 2025 RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities/ qualifications to support some or all the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information. In response to this SSN, vendor responses are limited to ten (10) written pages (PDF or MS Word Format) and should include: 1.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Also contact the Mission and Installation Contracting Center (MICC) Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@army.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the SSN.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2.� Provide name of the firm, point of contact, phone number, email address, Unique Entity ID, CAGE code, identify business size (large business or a small business) and if applicable, a statement regarding small business status including small business type(s)/certifications(s) (e.g., SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.), and the corresponding NAICS code. 3.� What percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors?� Note: See FAR 52.219-14(e)(1) Limitations on Subcontracting (Oct 2022) (DEVIATION 2021-O0008). If your firm is interested in competing for this requirement as a prime contractor and you plan to subcontracting any of the services out, contemplating a Joint Venture, and/or creating a teaming arrangement, please provide the name of these companies and what work and what percentage of work they will be performing, if available. ""Similarly situated entity"" means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside. In addition, the Contractor agrees in performance of a contract for services, it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. 4.� Please provide information in sufficient detail regarding any relevant previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 5. �Describe your experience in regard to developing dashboard information and recommendations across a large-scale organization. 6.� Describe how Contractor will successfully support the Army with operational planning (i.e. developing and coordinating public affairs annexes, public affairs guidance, messaging strategies and other associated documents for Army and Department of Defense (DOD) plans). 7.� How will Contractor perform Army Outreach Support? 8.� What is your experience with performing Professional Development and Training? The Government conducts an annual professional development event for the Army Communications Enterprise. 9. Describe your experience with producing media products to support the execution of communication campaign plans (include experience with communication concept development, story board production, monthly communication synchronization products, full-spectrum media development and distribution, and website development and maintenance). 10. With regard to Exhibit Management: How will the Contractor manage several Army exhibits in high foot traffic areas within the Pentagon? 11. How would industry recommend the Government establish its CLIN structure / pricing arrangement, considering the various effort requirements? 12. Provide information to help determine if the service is commercially available, including pricing information, basis for the pricing information (e.g., market pricing and catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 13. Identify how the Army can best structure these contract requirements to facilitate competition. 14. Provide any recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquire the identified services. 15. Does Contractor possess a secret facility clearance from the Defense Security Service? 16. Does Contractor�s employees that will perform the work in support of this contract have a secret security clearance from the Defense Industrial Security Clearance Office? Questions for this sources sought notice shall be submitted on or before 5:00 P.M. CDT on 27 September 2024. Government response will be provided within three (3) business days after receipt of all questions. All questions MUST be in writing. Verbal questions will not be accepted. Responses to this sources sought synopsis shall be submitted on or before 5:00 P.M. CDT on 9 October 2024 via email to LaTasha Cardwell, Contract Specialist at latasha.s.cardwell2.civ@army.mil and cc Stephen Fuller, Contracting Officer at stephen.b.fuller4.civ@army.mil. No telephonic responses will be accepted. Correspondence and responses shall reference W9124J-25 R-CPST in the subject line. Upon receipt of responses, the Government will request from our Customer an assessment regarding each firm�s potential to fulfil our requirements as depicted in the draft PWS. Respondents will not�be notified of the results of the evaluation. The Government will not return any information submitted in response to this notice.� � � � � � � � � � � � � � � � � ��
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d15ecdcfe15d45cfb5e703b89fd94122/view)
 
Place of Performance
Address: Washington, DC 20310, USA
Zip Code: 20310
Country: USA
 
Record
SN07219913-F 20240922/240920230120 (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.