SOURCES SOUGHT
R -- Program Support Services - Draft Statement of Work
- Notice Date
- 4/3/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- SourcesSought03April2012
- Point of Contact
- Broderick J Stone, Phone: 2022318291
- E-Mail Address
-
broderick.stone@dia.mil
(broderick.stone@dia.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work In accordance with FAR 15.201(e), this request is for planning purpose only and does not constitute an Invitation for Bid, Request for Proposal, Solicitation, Request for Quote or an indication the Government will contract for the items contained in this announcement. This is a Sources Sought regarding potential sources and is for market research purposes only. The intent of the SOURCES SOUGHT announcement is to conduct market research to identify sources to support informed decision makers to procure for the attached required service, i.e., a total small business set-aside (e.g., SBA certified 8(a), Small Disadvantaged Business, Woman-Owned Small Business, HUBZone firm, Service-Disabled Veteran Owned Small Business. This notice is a Sources Sought for all interested qualified small business that meets the requirements in this effort. The purpose of this effort is to provide assistance in the form of collection management and program oversight to special access programs (SAP) supporting the Defense Intelligence Agency (DIA) and its customers. The North American Industrial Classification System (NAICS) code is 541990 with a small business standard of $14.0 M. This is not an Invitation for Bid, Request for Proposal or Request for Quote, solicitation, or indication of a government contract. This is for market research purposes only. Capability Statement Requirements Responses to this Sources Sought should address the following: 1. Part 1: Capabilities and Technical experience in response with the Requirements as described in this document. 2. Part 2: Technical and Management approach in response to the Requirements as described in this document. 3. Company name, mailing address, telephone, fax number, website address (if available) and the name, telephone and the e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 4. Name, title, telephone number and e-mail address of individuals who can verify the demonstrated capabilities identified in responses. 5. Business size, size standard$ and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in VetBiz Vendor Information Pages). 6. DUNS Number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, Partnership, Joint Venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR at www.ccr.gov) to be considered as a potential source. 7. Identification of the firms GSA Schedule contract(s) by schedule number and contract number and SINs thjat are applicable to this potential requirement are also requested. 8. If the company has a Government approved accounting system, please identify the agency that approved the system. 9. Please submit copies of any documentation such as letters or certificates. Teaming arrangements are acceptable and the information required above on the company responding to this announcement, should also be provided fo0r each entity expected to be teammates of the respondent for performance of this work. Interested small business potential offerors are encouraged to respond to this notice. Responses shall directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail; and evidence that the contractor is viable to meet the minimum requirements listed above while in compliance with FAR 52.219-14 (Limitations on Subcontracting). Respondents shall address their capability, experience, knowledge directly correlated to the Project Requirement discussed in SOW. Interested offerors shall submit their capability statement not exceeding fifteen (15) pages in length, excluding standard brochures. SUBMISSIONS ARE DUE on or before 2:00 pm, Eastern Standard Time (EST), May 4, 2012. The capabilities response shall be e-mailed to broderick.stone@dodiis.mil. Responses to the notice will NOT be returned. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. NO PHONE CALLS WILL BE ACCEPTED or RETURNED. Additional Requirement/Instruction for submitting SOURCES SOUGHT responses. This notice is for planning purposes only and does not constitute an Invitation for Bid, Request for Proposal, Solicitation, Request for Quote or an indication the Government may contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. a.Responses to this notice shall be received by the Contract Specialist, broderick.stone@dodiis.mil by 2:00 pm EST, May 4, 2012. All communication shall be via e-mail. No telephone calls will be accepted or returned. Responses to the SOURCES SOUGHT will not be returned and will not be accepted after the due date. b.Responses to this announcement will not be returned nor will their be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation and DIA may contact one or more respondents for clarifications and to enhance the Governments's understanding. This announcement is Government market research and may result in revisions in both requirements and it's acquisition strategy based on industry responses. Other Information The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Any responses received will not be used as a proposal. DIA does reserve the right to utilize any non-proprietary technical information in the anticipated SOW or solicitation. Information received will be considered solely to make informed decisions regarding a potential procurement. Respondents will NOT be notified of the results of the review of the responses. No Other Information Is Available At This Time On behalf of the Virginia Contracting Activity, we thank you for your interest.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/SourcesSought03April2012/listing.html)
- Place of Performance
- Address: Please see attached Statement of Work, United States
- Record
- SN02712726-W 20120405/120403235638-c1c8f28e113ffe7af06e93477bbd72af (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 |