Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2025 SAM #8634
SOURCES SOUGHT

R -- Investment Due Diligence Reporting Services for SBIC Applicants

Notice Date
7/15/2025 9:09:13 AM
 
Notice Type
Sources Sought
 
NAICS
523940 —
 
Contracting Office
GSA/FAS/GSS/QSCBD/ASSISTED CONTRACTING BRANCH B Washington DC 20006 USA
 
ZIP Code
20006
 
Solicitation Number
47QACA25K0315
 
Response Due
7/17/2025 10:00:00 AM
 
Archive Date
08/01/2025
 
Point of Contact
Calvin Blue, Phone: 2102846114
 
E-Mail Address
calvin.blue@gsa.gov
(calvin.blue@gsa.gov)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Amendment 0001 - Remove the requirement for GSA eBuy submission of capabilities statements and related responses to this RFI. Amendment 0002 - Provide industry with answers to the question recieved in response to this RFI. See attachement tiltled ""RFI47QACA25K0315_ Q and A_ Investment Due Diligence Ser V4"". This RFI is for planning and information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Quote (RFQ), nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. For the purpose of this Request for Information (RFI), the NAICS codes is; 523940 � Portfolio Management and Investment Advice (This NAICS codes has a small business size standard of $47 million) OR 541611 - Administrative Management and General Management Consulting Services (This NAICS codes has a small business size standard of $24.5 million) Manufacturing. The Government anticipates awarding an IDIQ contract consisting of both Time & Materials (T&M) and Firm Fixed Price (FFP) CLINs. Actual contract type will be determined at task order level. This potential acquisition will be conducted by the General Services Administration (GSA) on behalf of the Small Business Administration (SBA). The Information received in response to this notice will be used to further define the Government's requirement and determine if two (2) or more capable small businesses respond with information sufficient to support a small business set-aside and/or to determine if the Government can expect adequate competition via GSA's Multiple Award Schedules program. We encourage all interested large and small businesses capable of satisfying the requirement in full to identify their capabilities in meeting the requirement. Information received as a result of this RFI will be used solely for market research purposes. The Government shall use this market research in determining the best method of procurement, which is part of the acquisition planning process. This RFI is for information purposes only and no award will result from the RFI. RESPONSE TO THIS RFI: To be considered responsive to this RFI, please provide a concise capability brief that includes: 1. Name of the firm, point of contact, phone number, email address, UEI number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Multiple Award Schedule (MAS) contract number the requested items are currently listed under or advise if you intend to or are already in the process of adding these items to your MAS contract. If the Government were to post an RFQ, please indicate any services you would anticipate having to quote as Open Market. 3. Provide approximate days After Receipt of Order (ARO) for the listed services to begin. If ARO differs by service element, provide the ARO by service element. 4. An affirmation that your firm would be interested in providing a quotation for these services and is capable of successfully meeting the requirements as stated herein. This information should include a synopsis of the services being provided. 5. Any other general information or suggestions for the Government regarding these items (e.g., Suggested CLIN Structure, Applicable NAICS/Category, etc.) NO PHONE CALLS PLEASE. ONLY RESPONSES SENT THE CONTRACTING OFFICER""S EMAIL ADDRESS CONTAINED HEREIN SHALL BE ACCEPTED. 6. Requirement(s): SEE ATTACHED DRAFT PERFORMANCE WORK STATEMENT FOR ADDITIONAL DETAILS. Please provide any questions regarding this RFI to Calvin Blue by email only to email address cavlin.blue@gsa.gov. Questions are due by July 11, 2025 @ 12:00 PM EST. This RFI will be posted and available for responses for 10 days after the initial posting unless otherwise amended. Attachments: Draft PWS_Investment_Due_Diligence_Reporting_Services_for_SBIC_Applicants_OII_FY25.docx
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bba9674dff1443f79cca4165dfd441fb/view)
 
Place of Performance
Address: Washington, DC 20416, USA
Zip Code: 20416
Country: USA
 
Record
SN07510656-F 20250717/250715230052 (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.