Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2016 FBO #5152
SOURCES SOUGHT

R -- Sources Sought - JDS Support - Attachment 1: Critical Capabilities

Notice Date
12/30/2015
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
CRF123015435
 
Point of Contact
Courtney R Fluellen, Phone: 7035450495, Daniel M. Quinn, Phone: 7035453190
 
E-Mail Address
courtney.r.fluellen.civ@mail.mil, daniel.m.quinn1.civ@mail.mil
(courtney.r.fluellen.civ@mail.mil, daniel.m.quinn1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1: Critical Capabilities (JDS Support Services) Washington Headquarters Services/Acquisition Directorate (WHS/AD) is issuing this request to determine if an adequate number of qualified, interested small businesses across various economic categories exist with the capability to provide these services. This is a Sources Sought, hereafter referred to as "Request," for a tentative requirement to provide non-personal data development, analysis and information technology support to implement JDS activities associated with the Department of Defense's ASFP as well as other leadership directed study and analysis requirements as set forth in the attached Critical Capabilities document (Attachment 1: Critical Capabilities). This request is NOT a Request for Proposal (RFP), Request for Quote (RFQ), or Invitation for Bid (IFB). No Solicitation exists; therefore, do not request a copy of the RFP/RFQ/IFB. WHS is not required to use eBuy for any resulting solicitation. The Government does not intend to make an award based only on responses to this request. This Request is for market research purposes only, and is issued to assist in determining capable contractors who can perform the requirement prior to finalizing the acquisition strategy. There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by industry responses to this sources sought notice. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. All information received in response to this request marked "Proprietary" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to this request will not be returned. Responders are solely responsible for all expenses associated with responding to this sources sought notice. WHS will not pay for information received in response to this request. Small businesses that are certified and qualified under NAICS Code 541611 are encouraged to respond, however, any contractor who is qualified, experienced, and capable of providing the specified requirements/services are encouraged to respond to this Request. If you have a GSA Schedule please provide it and the corresponding SIN. Interested sources are encouraged to respond to this Request by submitting a Capabilities Statement not exceeding seven (7) total pages, which includes the following information: 1. On page one (1), begin by providing your company information as follows: Company name, address, phone number, CAGE code, DUNS number and point of contact (name, phone and e-mail). Also include your company business size status, and any applicable Federal Supply Schedule(s) along with expiration dates. 2. Detailed information that describes your company's capability to satisfy the requirements set forth in the attached Critical capabilities document (Attachment 1- Critical Capabilities). Your capabilities statement shall not reiterate or duplicate the language set forth in this attachment, but rather, your capabilities statement shall demonstrate your company's ability to perform these critical tasks. In addition, your capabilities statement should specify any subcontractor roles. Do not submit pricing information in response to this sources sought notice. 3. Your response to this notice is limited to seven (7) letter size, single sided pages including all attachments, charts, etc. (single spaced, 11 point font minimum excluding charts and graphics), and should This indication should be clearly marked on the first page of the response. 4. Teaming Arrangements: All responses/capabilities statements that involve teaming arrangements shall include all of the requested information for each contractor on the proposed team. 5. The government will evaluate market information to ascertain potential market capacity to 1) provide products consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully complete similar requirements. Please include if you are interested in providing these services as a prime or a subcontractor. Submit Sources Sought responses by 11:00 AM on January 18, 2016 to: Courtney Fluellen, Contract Specialist, via email at courtney.r.fluellen.civ@mail.mil and Daniel Quinn, Contract Specialist, via email daniel.m.quinn1.civ@mail.mil Small Business Point of Contact is as follows: Janique Hudson, Small Business Specialist, Washington Headquarters Services Office of Small Business Programs, 703-545-1806.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/CRF123015435/listing.html)
 
Record
SN03980090-W 20160101/151230234002-456363a20b70a3cd62f90cbd2fa4bb70 (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.