Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2013 FBO #4232
SOURCES SOUGHT

99 -- Administrative, Management and Support Services - Draft PWS

Notice Date
6/24/2013
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 2521 S. Clark St, Ste 2000 Arlington, VA, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
ELM0423130426
 
Archive Date
7/20/2013
 
Point of Contact
Florence N Kasule, Phone: 703.545.0701, Edgar Lowell L. Moso, Phone: 7035453156
 
E-Mail Address
florence.kasule@whs.mil, edgar.moso.ctr@whs.mil
(florence.kasule@whs.mil, edgar.moso.ctr@whs.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS I. Introduction This sources sought notice is for information and planning purposes only and shall not be construed as an obligation on the part of Washington Headquarters Services (WHS). In order to proactively plan for future requirements, WHS is conducting market research to locate qualified, experienced and interested large and small businesses (e.g., 8(a), service-disabled veteran owned, HUBZone, small disadvantaged, veteran-owned, and women-owned) to provide Administrative Management and Professional Services as described in the attached draft Performance Work Statement. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. II. Instructions Interested businesses having the capabilities necessary to perform the stated requirements may submit capability statements via email to Florencec N. Kasule at florence.kasule@whs.mil. Responses, in a Word, or Word compatible document, shall be limited to no more than 10 pages. Responses must be submitted not later than July 5, 2013, 2 PM EDT. Capability statements will not be returned. Please provide the following information: 1. DUNS Number. 2. Company Name. 3. NAICS codes associated with the company. 4. Company Address. 5. Company Point of Contact, phone number and email address 6. Company must identify if they are a small or large business. Small business must identify their small business category (e.g. 8(a), service-disabled veteran owned, Hubzone, small disadvantaged, veteran-owned, or women-owned). 7. Type of contracts your company has been awarded under NAICS 561110, Office Administrative Services. Additional information on NAICS codes can be found at www.sba.gov. 8. Recommended NAICS codes for this effort. 9. Specific examples of prior efforts/contracts similar to those found in the attached Performance Work Statement. 10. Number of contracts currently held with the Government. 11. Point of Contact, phone number and email address of individuals who can verify the demonstrated capabilities identified in the responses. 12. Respondents should also include a statement about whether or not they have personnel who can maitain a Secret security clearance and whether the contractor itself has a facility clearance. 13. Please answer the questions listed in Section III. In addressing those questions, please refer to the attached document. Respondents are limited to 15 pages. A minimum font size 12, left justified, and one inch margins all-around. 14. Respondents must submit documents in word or PDF format. No Zipped files will be accepted. No telephone requests will be honored. III. Capability Questions The written response, comprised of the Capability Statement, must include the following: 1. Does your company have a minimum of two (2) years experience working with Office of the Secretary of Defense (OSD), its Components, Field Agencies or Field Activities? Please provide a statement describing your work within DoD within OSD, its Components, Field Agencies or Field Activities, especially with an organization similar in size and scope to that of WHS. 2. Does your company possess minimum Secret Facility Clearance? 3. Does your company have a minimum of two (2) years experience providing Professional Support Services in Executive and Administrative support? Please provide a statement describing your Executive and Administrative support to DoD organizations at all levels. 4. Does your company have a minimum of two (2) years experience providing Professional Support Services in Human Resources? Please provide a statement, at a minimum, describing your experience with Defense Civilian Personnel Data System work processing Requests for Personnel Actions, creating/updating General Schedule position descriptions, and processing personnel performance evaluations. Please elaborate on other areas of HR experience you find pertinent. 5. Does your company have a minimum of two (2) years experience providing Professional Support Services in Logistics/Facilities? Please provide documented examples of specific experience managing multiple projects to include space renovations, alterations and customer moves, provding details about how you prioritized to assure complete fulfillment of all requirements. 6. Provide examples of meeting on going customer requirements with regard to office equipment, supplies and facility based needs. Discuss your ability to respond to last minute deadlines, explaining what resources you used to engage internal and external partners in order to accomplish the mission at hand. 7. Does your company have a minimum of two (2) years experience supporting, tracking and managing DoD correspondence in support of OSD? Please provide a statement describing your experience with the Staff Action Control & Coordination Program (SACCP) or other DoD enterprise correspondence control programs 8. Does your company have a minimum of two (2) years experience working with the Defense Travel System or any other Federal Agency Travel System? Please provide a statement describing your experience with tier 1 and tier 2 DTS helpdesk support. Describe your daily, weekly, monthly responsibilities and it relates to DTS administration and how it is executed. Describe your experience in administering the government travel card program for an organization. Describe your daily, weekly, monthly responsibilities and it relates to the government travel card administration and how it is executed. 9. Does your company have minimum of one (1) year corporate experience working with Baldridge Program? Please provide a statement describing your experience developing and implementing key processes necessary to operate a high-performing organization. Describe the effectiveness of your approaches, how widely and consistently they were deployed, how systematically they were refined, and how well they aligned with organizational needs. 10. Demonstrated experience with projects of similar scope and complexity. List of recent and relevant contracts or subcontract efforts performed within the past three years for the same or similar level of service as described in the PWS. Relevant contracts/efforts may include those with federal, state, and/or local government as well as private companies. Each reference must include: a. Contract dollar value b. Contract period of performance c. Brief description of the contract requirements d. References and client contact information for corroboration purposes IV. Conclusion WHS appreciates your assistance with this market research and emphasizes that this is for planning purposes only. This is not an invitation for bid, request for proposal or other solicitation and in no way obligates WHS to award a contract. The sole intent of this Sources Sought Notice is to obtain capabilities for set-aside and procurement planning purposes. No payment will be made for responses. Respondents should clearly mark any proprietary information submitted in response to this RFI. Since WHS anticipates a large response to this request we will be not be engaging in telephonic discussions, presentations or meetings. Contracting Office Address: 1225 S. Clark St, Ste 1200 Arlington, VA 1155 Defense Pentagon Washington, District of Columbia 20301-1155 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/ELM0423130426/listing.html)
 
Place of Performance
Address: 1155 Defense Pentagon, Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN03097582-W 20130626/130624234314-50ef022486e4b225b41deae1aed46208 (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.