Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2007 FBO #1945
SOURCES SOUGHT

R -- DHS P.A.C.T.S.

Notice Date
3/23/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-PACTS1
 
Response Due
4/13/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
In support of EO 13360, Service-Disabled Veterans Executive Order, the Departmental Operations Acquisition Division (DOAD), within the Department of Homeland Security (DHS), Office of Procurement Operations (OPO), plans to establish DHS department-wide Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Program Management, Administrative, Clerical, and Technical Services under the program name PACTS. This procurement effort will be set-aside for Service-Disabled Veteran Owned Small Businesses (SDVOSB) in accordance with FAR 19.14. The services to be acquired make up a significant portion of DHS?s organizational requirements. These requirements are currently being met through a collection of procurement methods, which include, individual DHS component contracts, Blanket Purchase Agreements, Interagency Agreements and General Service Administration (GSA) Schedules, etc. Through this procurement effort DHS plans to establish DHS-wide procurement vehicles while supporting DHS Small Business Goals by tapping into an available supply of resources in the SDVOSB community. PACTS will provide a wide range of services for DHS through four (4) comprehensive functional categories. These categories are 1) Program Management, 2) Administrative, 3) Clerical, and 4) Technical Services. All services to be provided are non-IT related. These categories will include a full range of services, including but not limited to, strategic planning, program assessment, project management, logistics support, contingency planning, resource management, change management, acquisition support, studies and analyses, space planning, clerical and secretarial support, risk assessments, etc. The NAICS codes include 561110, 541611, 541614, 541618, and 561499 all with a size standard of $6.5 million. PACTS IDIQ contracts will promote the use of performance based contracting, accommodate the issuance of task orders for all types of pricing arrangements (Fixed Price, Cost Reimbursement, T&M, etc.) and will allow for various incentive contracting features. Specific program or project requirements will be defined in task orders that will be competed at the functional service category level. Task orders will be competed using the Fair Opportunity provisions of the Federal Acquisition Regulation (FAR). PACTS IDIQ contracts will have a two year base and three one-year option periods. Individual tasks will have their own delivery or performance period requirements. PACTS will allow for task order performance at any location in the United States (CONUS) or outside the US (OCONUS). IDIQ contract guaranteed minimums will be set at $250. This amount is intended to provide consideration for the IDIQ award. The scope of the contracts and the limited number of awards will provide each vendor with adequate opportunities to receive task orders. The purpose of this Request for Information (RFI) is to gain knowledge of qualified and interested SDVOSBs with experience in the four functional categories and is only for informational and planning purposes. This is NOT a formal solicitation; a formal solicitation will be announced separately. In accordance with FAR 15.202(a), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with the responding to this RFI. Respondents needing confidential treatment for any proprietary information furnished must mark the documents accordingly. DHS is requesting all interested SDVOSB firms to respond to this RFI with the following information: name, address, phone and fax number, e-mail and website, and a list of relevant contracts your firm currently holds or has completed within the last three years. All interested SDVOSBs may also provide a one (1) page narrative summary or other descriptive literature (also limited to one page) providing company information and capabilities. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Please submit all responses to this RFI via e-mail to pacts@dhs.gov by 5:00pm, EDT April 13, 2007.
 
Place of Performance
Address: Department of Homeland Security (DHS) - Wide, , 301 7th Street, SW, Washington, DC
Zip Code: 20528
Country: UNITED STATES
 
Record
SN01257861-W 20070325/070323220514 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.