Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2014 FBO #4768
SOURCES SOUGHT

R -- Warehouse Logistics Support Services - SOW - Sources Sought Notice

Notice Date
12/12/2014
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Supply Service Center, Building 14, Perry Point, Maryland, 21902
 
ZIP Code
21902
 
Solicitation Number
15-284-SOL-00001
 
Archive Date
2/27/2015
 
Point of Contact
Leslie M. Lucas, Phone: 4106420701
 
E-Mail Address
leslie.lucas@psc.hhs.gov
(leslie.lucas@psc.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice in Word format STATEMENT OF WORK (SOW) Sources Sought Notice: Warehouse Logistics Support Services 15-284-SOL-00001 INTRODUCTION The Supply Chain Management Services (SCMS) at the Department of Health and Human Services (HHS) wants to identify viable businesses that can provide Warehouse Logistics Support Services. This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. RESPONSE INFORMATION In order to respond to this notice, interested firms should address the depth and breadth of corporate and technical capabilities, and must be able to clearly convey its experience and/or ability to perform in the areas, which are identified in the attached Statement of Work (SOW). INSTRUCTIONS TO INDUSTRY INTERESTED SOURCES POSSESSING THE CAPABILITIES TO MEET THE ABOVE REQUIREMENTS SHOULD SUBMIT A COVER LETTER ALONG WITH A CAPABILITY STATEMENT NOT TO EXCEED TEN (10) PAGES DEMONSTRATING ABILITY TO PERFORM, AND SHOULD INCLUDE AN OUTLINE OF PREVIOUS OR SIMILAR PROJECTS SO THAT THE GOVERNMENT CAN PERFORM A PROPER EVALUATION OF THE COMPANY'S CAPABILITY. THE STATEMENT SHOULD ALSO INCLUDE AN INDICATION OF CERTIFIED SMALL BUSINESS STATUS; THIS INDICATION SHOULD BE CLEARLY MARKED ON THE FIRST PAGE OF THE CAPABILIITY STATEMENT. This notice is for SCMS's planning only. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. Respondents will not be notified of the results of this evaluation. Capability statements will not be returned and will not be accepted after the due date. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Interested small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described in the SOW. Interested respondents shall provide a capability statement to include the following: 1) Information regarding the difficulty and/or feasibility of the potential requirement or proposed acquisition 2) Information regarding core competencies: (a) Staff expertise, experience, and formal and other training; (b) Current corporate capability and capacity to perform the work; (c) Prior completed projects of similar nature; (d) Corporate experience and management capability; (e) Examples of prior completed Government contracts, references, and other related information; The written response to this notice should consist of the following items: a. Company Name. b. Company DUNS number. c. Company point of contact, mailing address, telephone and fax numbers, and website address d. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives e. Date submitted. f. Applicable company GSA Schedule number or other available procurement vehicle. g. Do you have a Government approved accounting system? If so, please identify the agency that approved the system. h. Type of Company (i.e., small business, 8(a), woman owned, veteran owned, HUBZONE, etc.) as validated via the Central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp Responses must be submitted not later than February 12, 2015. Capability statements will not be returned and will not be accepted after the due date. The maximum number of pages for submission is ten (10) pages. Capability statements should be emailed electronically to the name and email below. NO PHONE CALLS PLEASE As previously stated, the Government will not entertain questions regarding this Market Research; however, general questions may be forwarded to the following: Contract Specialist: Leslie Lucas Email Address: Leslie.Lucas@psc.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/SSC/15-284-SOL-00001/listing.html)
 
Record
SN03595240-W 20141214/141212234624-d9380bbc594f8a2414953d4ca45b0f5c (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.