Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2010 FBO #3137
SOURCES SOUGHT

R -- Professional Acquisition and Administrative Support Services - Acq & Tech Supp Services PWS

Notice Date
6/25/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-10-TM20625
 
Archive Date
7/16/2010
 
Point of Contact
Thomas S. Bordone, Phone: 703-588-1109, Kellie Buck, Phone: 7035881329
 
E-Mail Address
thomas.bordone@whs.mil, kellie.buck@whs.mil
(thomas.bordone@whs.mil, kellie.buck@whs.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Full Performance Work Statement for WHS Acquisition and Technical Support Services Synopsis: This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The Washington Headquarters Services Acquisitions and Procurement Office (WHS/A&PO) is planning to procure acquisition, procurement and contract administration support to A&PO. This procurement is being considered TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 541611 with a size standard of $7.0 million. If capability packages are not received from at least two responsible SDVOSBs, this requirement will be solicited under the GSA MOBIS schedule. This RFI is a part of Market Research in accordance with FAR Part 10, FAR 12.101 and FAR 12.202. Any proprietary information submitted in response to this RFI, if marked with a restrictive legend, will not be disclosed outside the Government or its support contractors except with the permission of the responder Only SDVOSBs are to submit capability packages. Interested SDVOSBs meeting the noted size standard are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company’s existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 15 pages, Times New Roman, 11 pitch and must be submitted electronically. All contractor responses to this RFI must be submitted no later than 11:00 am EST, 1 July 2010). SDVOSB are to outline their experiences in the following (areas or tasks where a contractor does not have prior experience should be annotated as such): 1. Your understanding of the PWS, and general approach and experience in providing similar services. 2. Your experience in recruiting, staffing and retaining high quality teams with the capability to provide professional and technical services to meet the requirements of the attached PWS. This should include a description of your current personnel resources relative to this requirement, as well as a description of your resource planning processes and procedures, and management methods and processes, to ensure sufficient qualified and high caliber personnel are recruited, staffed and available, and retained in support of this requirement. In particular, address your ability to provide services and qualified personnel with in a timely manner, and to provide them with all necessary support. Firms should also address organizational systems that would support this effort. 3. Does your company have at least two to three years of functional and technical experience with any Federal Agency in providing similar services? To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company’s name, point of contact (POC), address, phone number, and business size under the above NAICS code. A Firm Fixed Price type of contract is anticipated. The anticipated period of performance will be 12 months base period with four 12 month option periods. The place of performance will be the Washington Headquarters Services, A&PO in Arlington, VA. Contractor personnel may require a current (secret) clearance. All responses should be submitted via e-mail address to kellie.buck@whs.mil or thomas.bordone@whs.mil. Points of Contact: Kellie Buck, Contract Specialist/Contractor, Phone 703-588-1329, Fax 703-588-1990, Thomas Bordone, Contracting Officer, Phone 703-588-1109, Fax 703-588-1990.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-10-TM20625/listing.html)
 
Place of Performance
Address: The place of performance will be the Washington Headquarters Services, A&PO., Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02188431-W 20100627/100625234737-a955493512fe5a916f5f554e66db7832 (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.