SOURCES SOUGHT
R -- Acquisition Suppport Services
- Notice Date
- 4/4/2016
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-16-RFI-NCD-ACQSPT
- Point of Contact
- John Conlin, Phone: 5082336164
- E-Mail Address
-
john.conlin3.civ@mail.mil
(john.conlin3.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a request for information (RFI) to assist the ACC-APG Natick Contracting Division (NCD) as it conducts market research for a new requirement. NCD invites any interested party to submit a response to this RFI. Responses will be used by the Government as it determines its acquisition strategy for this requirement. REQUIREMENT: NCD requires acquisition support services. Such services are non-personal in nature and do not include inherently Government functions. The Government anticipates procuring these services under a 36-month firm fixed price contract, with place of performance in Natick, MA. The required acquisition support services will consist of the following tasks: Requirements Package Preparation - This includes, but is not limited to preparation of, market research reports, commercial item determinations, determination & findings for non-DoD contracting, contract versus assistance agreement determinations, acquisition strategy and plans, justifications & approvals (J&As), NAICS code determinations, organizational conflict of interest mitigation plans, severability determinations, inherently government function determinations, personal services determinations, plans of action & milestones, and bona fide needs determinations. RFP Preparation- This includes, but is not limited to such tasks as, statement of objectives/statement of work/performance-based work statement preparation, quality assurance surveillance plan preparation, COR nomination letter preparation, synopsis preparation, request for proposal preparation, contract data requirements list preparation, and industry day preparation. Contract Award Preparation - This includes, but is not limited to such tasks as, source selection plan preparation, source selection participation agreements preparation, proposal evaluation report preparation, source selection evaluation board report preparation, source selection decision documentation preparation, contract award document preparation, COR appointment letter preparation, funding scheduling for incrementally funded firm-fixed-price type contracts, weighted guidelines analysis, pre-award debriefing preparation, OCI mitigation plan preparation, concept paper preparation and broad agency announcement documentation. Post-award Preparation- This includes, but is not limited to such tasks as, kick-off meeting report preparation, and right-of-first-refusal documentation. Contract Administration- This includes, but is not limited to such contract administration tasks as, COR file maintenance, monthly COR report preparation, quality assurance surveillance plan report preparation, quality assurance surveillance checklist preparation, contract modification preparation, incremental funding documentation preparation, and limitation¬-of-funds notice preparation. Contract Close-out- This includes, but is not limited to such contract close out tasks as, reconciliation of supporting documents such as invoices, and review of final rate documents for cost-reimbursement type contracts. Cost/Price Analysis- This includes, but is not limited to, support of price, cost, and cost realism analysis of proposals and quotes in accordance with the guidelines at FAR 15.404-1; review of cost and pricing data, other than cost or pricing data, Government audit reports, and forward pricing rate agreements and recommendations; and preparation of written qualitative and quantitative analysis reports. Procurement Administration- This includes, but is not limited to such procurement administration tasks as, Government Purchase Card program support, property administration support, telecommunications system support, and archiving conducted in accordance with FAR subpart 4.8. RESPONSES: Any interested party is encouraged to submit a response to this RFI with the following information: 1. A capability statement discussing its current and past contracts with the US Government and Department of Defense agencies for similar requirements, its ability (within the locations listed in this RFI) to hire and train qualified individuals to perform the required services, and its current ability to provide a solution which would satisfy NCD's requirement. 2. A business size status and socioeconomic profile, detailing whether it can be considered a small business and whether any other socioeconomic category applies, such as (but not limited to), service disabled veteran owned small business, woman owned small business, small disadvantaged business, etc. For the purposes of this response, please provide business size status with respect to NAICS 541611 "Administrative Management and General Management Consulting Services," which has a small business size standard of $15,000,000.00 in annual receipts. The Government requests that RFI responses by submitted electronically to John Conlin, john.conlin3.civ@mail.mil, by April 19, 2016 at 12:00pm Eastern Time. QUESTIONS: Questions may be emailed to John Conlin at john.conlin3.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/dc2eaf90433ee49d00c630b443e4c039)
- Place of Performance
- Address: Natick, Massachusetts, 01760, United States
- Zip Code: 01760
- Zip Code: 01760
- Record
- SN04072498-W 20160406/160404234925-dc2eaf90433ee49d00c630b443e4c039 (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 |