Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2015 FBO #5129
SOURCES SOUGHT

R -- WRP Support Services - Draft PWS

Notice Date
12/7/2015
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-16-R-5002
 
Point of Contact
Melissa S. Tamayo, Phone: 2406126138, JUANITA HUNT, Phone: 240-612-6197
 
E-Mail Address
melissa.s.tamayo.civ@mail.mil, juanita.t.hunt.civ@mail.mil
(melissa.s.tamayo.civ@mail.mil, juanita.t.hunt.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
WRP Sources Sought word version WRP Draft PWS SOURCES SOUGHT REQUEST •1. The Air Force District of Washington Contracting Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to provide services in accordance with the attached Performance Work Statement (PWS). This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. •2. The proposed NAICS for this effort is 541611 (size standard $15M) Administrative Management and General Management Consulting Services and status. Comments on this NAICS and suggestions for an alternative NAICS code must include supporting rationale. •3. Interested parties must be registered in the System for Award Management (SAM). A business must be a current participant and certified by SBA if responding as an 8(a) firm and HUBZONE small businesses must be certified by SBA by the time of proposal. A Service-Disabled Veteran-Owned Small Business (SDVOSB) must represent to the contracting officer that is it certified as such at the time of offer submission. A Women-owned small business (WOSB) self-certified as EDWOSB or WOSB must have submitted its documents to SBA's WOSB Program Repository at the time of initial offer. Small businesses shall specify if any kind of teaming arrangement will be involved and "other than small" businesses shall address subcontracting if opportunities exist. •4. Interested parties are requested to submit an unclassified capability statement that includes: •a) Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. Include DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). •b) IAW FAR Subpart 19.502-2, it should address the following: •a. How you will be competitive "in terms of market price" •b. How you will address "quality" •c. How you will adhere to the delivery schedule (if applicable). •5. The company's standard format is acceptable; however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 font size, 8 ½ x 11-inch pages. •6. Respond via e-mail to Melissa Tamayo (CO) @ melissa.s.tamayo.civ@mail.mil AND Juanita Hunt (CS) @ juanita.t.hunt.civ@mail.mil. Questions must be emailed to the aforementioned no later than 15 December 2015 @ 11 AM Eastern Daylight Time. Final responses shall be received no later than 21 December 2015 @ 11 AM, Eastern Daylight Time and virus scanned. •7. NOTE: E-mail submissions are subject to size and type restrictions (typically limited to less than 2 megabyte in size and only non-executable attachments such as.doc or.pdf files) as well as any other appropriate network security measures. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements. BACKGROUND The Workforce Recruitment Program (WRP) and DoD Mentoring Program The DoD's ODMEO manages, facilitates, and encourages Mentoring by supporting various mentoring programs like the WRP E-Mentoring Exchange and Army E-Mentoring Retention Pilot Program. The purpose of these mentoring programs is to support students gain work experience and promote permanent careers in the DoD workforce. More information on the WRP is located at www.wrp.gov. ADDITIONAL INSTRUCTIONS FOR RESPONSES In response to these sources sought, interested vendors are requested to provide the following information: The Company's standard format is acceptable. State capability to provide the following requirements: •1. The DoD is requesting information on how the applicant would support DoD to provide general analytical, technical, administrative, and marketing support for disability programs and initiatives supporting the Department of Defense. •2. The DoD is requesting information on how the vendor would support DoD tasks relating to the annual preparation and conduct of the WRP, particularly two DoD related activities, which are a critical part of the WRP: 1) an ongoing recruitment and referral program and an annual mentoring program. Activities include, but are not limited to program coordination, design and creation of databases, assistance and support for the WRP website (www.wrp.gov), maintenance and 2)modification of existing databases, data collection and entry, program evaluation and analysis, and preparation of reports, documents, presentations, and marketing materials. •3. The DoD is requesting information on how the vendor would support DoD in the drafting of policies and procedures to ensure compliance with federal laws, rules, regulations, etc., pertaining to employment of individuals with disabilities. •4. Please refer to the PWS for more detailed data as to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-16-R-5002/listing.html)
 
Place of Performance
Address: Pentagon, Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN03963358-W 20151209/151207235308-e41e69b52f90f3fc6872861cf0ee2e8e (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.