Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2016 FBO #5284
SOURCES SOUGHT

R -- Policy and Program Study Services BPA(s) - MEP SOW - WSF SOW - IndianEd SOW

Notice Date
5/10/2016
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
 
ZIP Code
20202
 
Solicitation Number
FY16PPSBPARFI
 
Archive Date
5/31/2017
 
Point of Contact
Colin Alleyne, Phone: 202-245-6763, Ryan Battad, Phone: 2022456527
 
E-Mail Address
colin.alleyne@ed.gov, ryan.battad@ed.gov
(colin.alleyne@ed.gov, ryan.battad@ed.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft IndianEd Statement of Work Draft WSF Statement of Work Draft MEP Statement of Work This is a Request for Information (RFI) for the subject requirement "Policy and Program Study Services" Blanket Purchase Agreement. We are seeking your input on the three attached draft Statements of Work (SOW). Provide your feedback on the requirement, draft SOWs, and what you see as possible barriers to competition, if any. Finally, let us know if your organization would be interested in providing a quote for this requirement, and provide the following information: a) Company name: b) Address: c) Point of contact: d) Number of employees: e) Gross annual receipts: f) Previous contract(s) performing same or similar services as identified in this notice, to include contract type (FFP,T&M,etc.);overall contract value; Agency/Business Entity contracted with; brief overview of services performed: g) Capability statement that addresses the organizations' qualifications and ability to perform as a prime contractor for the work described in the attached PWS'. Please include a page break before addressing each PWS, as each one have a distinct end-user. Documents with cross referencing may not be received as favorably. h) GSA Holder? If yes, GSA Contract number: i) Are you a Service-Disabled Veteran Owned Business (Yes/No): j) Are you a certified HubZone Small Business (Yes/No): k)Are you a woman owned small business (Yes/No): l) Which NAICS code does your company fall under: m) Are you a small business for all the identified NAICS? If not, what NAICS are you considered a large business in: Please also address the following question, if possible (limited to no more than five (5), single spaced, response submission): 1.Since these task orders involve studies and/or policies, which can take time and various iterations, what contract types (FFP, T&M, etc.) do you recommend? Please note that T&M/L&H contracts are not always favorable, or can be easily approved, so we are looking for recommendations and experiences with other types of fixed price contracts. 2.Are there any advantages/disadvantages for making the Periods of Performance as "Estimated" rather than making them firm deadlines? Information submitted in response to this sources sought notice is to be use d for planning purposes only. This notice shall not be construed as a request for proposal. This notice does not obligate the Government to award a contract, it does not restrict the Government in its ultimate acquisition approach, nor does it obligate the Government to pay for any proposal preparation costs. No entitlement to payment of direct or indirect costs or charges by the government will accrue as a result of a submission or of a response or use of such information. Please submit all responses by 10:00 a.m., EST on 31 May 2016. Please submit all questions/comments/responses via email. The Department does not intend to post a Question and Answers amendment to this notice. Instead, the Department intends to take those questions/comments as items that will be utilized to strengthen the Department's RFP/Solicitation documents. Respondents may be contacted for additional information and/or invited to discuss your approach/questions in person or via teleconference. A letter stating your interest or requesting a copy of the solicitation is NOT sufficient to determine contractor capability. Failure to respond to this market research does NOT prohibit vendors from responding to the resulting solicitation, should one be issued in the future. NO SOLICITATION IS AVAILABLE AT THIS TIME and no date has been established for the RFP issuance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/FY16PPSBPARFI/listing.html)
 
Place of Performance
Address: Washington D.C., Washington, District of Columbia, 20202, United States
Zip Code: 20202
 
Record
SN04111440-W 20160512/160510234436-208b5f781276e382602c4573fab049f7 (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.