SOURCES SOUGHT
R -- A-76 PUBLIC-PRIVATE COMPETITION FOR MANPOWER, PERSONNEL, TRAINING, and EDUCATION ADMINISTRATIVE SUPPORT SERVICES
- Notice Date
- 3/23/2007
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of the Navy, Naval Facilities Engineering Command, NAVFAC Southeast, South, 2155 Eagle Drive, North Charleston, SC, 29406, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-N69450-07-R-0559
- Response Due
- 4/10/2007
- Archive Date
- 4/30/2007
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. THERE WILL NOT BE A SOLICITATION, SPECIFICATIONS, OR DRAWINGS AVAILABLE. The Solicitation Number for this announcement is N69450-07-R-0559. The Competitive Sourcing Acquisition Center of Excellence, Naval Facilities Engineering Command, solicits for Capability Statements from all qualified and interested parties with a priority on: 8(a) firms, Service Disabled Veteran Owned Small Business, and HUBZone Small Business firms - first priority; Small Business firms second priority, to participate in Public-Private competition using the Standard Competition process, as outlined in the OMB Circular No. A-76, OPNAV Instruction 4860.7D, and FAR Part 15 for Manpower, Personnel, Training, and Education Administrative Support Services at 169 locations throughout the continental United States (CONUS) and Puerto Rico. The technical requirements include administrative support services, including correspondence, classified material, message processing, office automation, mail, travel orders, personnel security clearances, publications/directives/reports/forms management, and PASS Liaison Representative (PLR). The incumbent service providers affected by this public-private competition are approximately 488 Department of Defense personnel positions (277 DoD civilians, 202 military, and 9 contract). Additionally, existing government support contracts for these services may be impacted as a result of this competition. The successful service provider will be selected on the basis of Low Priced, Technically Acceptable (LPTA) evaluation criteria under a negotiated, Source Selection process. The competition will result in either a Letter of Obligation, if awarded to the MEO, or a contract, if awarded to a private firm. A contract, if awarded, will be firm-fixed price. The performance term will include a Phase-In Period (3-4 months), a Base Period (8-9 Months) and 4 Option Periods (12 Months each), for a total of 5 years in duration. The 2002 NAICS Code for the proposed acquisition is 561110, Office Administrative Services, and the small business size standard is $6.5 Million. The Federal Supply Code is R607, Administrative Services/word processing/typing. The Government will use responses to this SOURCES SOUGHT market survey to assist in making appropriate acquisition decisions. A decision will be made to issue this solicitation as a competitive set-aside for 8(a), Service Disabled Veteran Owned, HUBZone Small Business or Small Business contractors or to issue an Unrestricted solicitation, inviting full and open competition. The estimated cost of this acquisition is between $100,000,000 and $500,000,000. The Government invites contractors with the capabilities necessary to meet or exceed the stated requirements to submit Capability Statements consisting of appropriate documentation, literature, brochures, and references anticipated to be five to ten pages, following the set format. Respondents must include references and a capability statement for at least two completed projects within the last three years that are similar to the work and within the same dollar value magnitude (adjusted for inflation) of this notice. Each reference shall include the company name and title, telephone number, and point of contact. The capability statements for each project should be numbered consistent with the below requirements followed by supporting documentation. Offerors need to provide a list of projects by contract numbers, project titles, dollar amounts, and evidence of the following specific capabilities: 1. Recent and relevant federal government experience within the last 3 calendar years, for projects of similar size, scope, and complexity to the project proposed above. 2. Provide proof of SBA certification for either 8(a) or HUBZone status. The Capabilities Statement for this Sources Sought Market Survey is not expected to be a proposal, but rather short statements regarding the company?s ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Navy in tailoring requirements to be consistent with industry capabilities. This Sources Sought market survey is for information and planning purposes only and should not be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. After completing its analysis, the Government will determine whether to limit competition among 8(a), Service Disabled Veteran, HUBZone Small Business or Small Business firms or to proceed with issuing an Unrestricted solicitation, inviting full and open competition. Offers that do not meet all requirements or submit within the allotted time will not be considered. Electronic submissions will be accepted. The responses to this SOURCES SOUGHT market survey may be e-mailed to Vera Grainger at vera.grainger@navy.mil or mailed to CSACOE, Naval Facilities Engineering Command, Attn: Vera Grainger, Code COE1VG, P.O. Box 19000, 2155 Eagle Drive, N. Charleston, SC 29419-9010. Responses must be received by this office no later than April 10, 2007 by 3 pm, EDT.
- Place of Performance
- Address: 169 Sites throughout CONUS and Puerto Rico
- Zip Code: 32508
- Country: UNITED STATES
- Zip Code: 32508
- Record
- SN01258262-W 20070325/070323222914 (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 |