SOURCES SOUGHT
R -- Legal Analyst Support - Attachments
- Notice Date
- 5/18/2016
- Notice Type
- Sources Sought
- NAICS
- 541199
— All Other Legal Services
- Contracting Office
- Other Defense Agencies, Defense Security Service, Headquarters, Russell-Knox Building, 27130 Telegraph Rd., Quantico, Virginia, 22134, United States
- ZIP Code
- 22134
- Solicitation Number
- HS0021-16-X-5000
- Archive Date
- 6/24/2016
- Point of Contact
- John R. Baumert, Phone: (571) 305-6720
- E-Mail Address
-
john.r.baumert2.civ@mail.mil
(john.r.baumert2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 - RFI Pricing Sheet Attachment 1 - Draft PWS THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The RFI is issued solely for information and planning purposes; it does not constitute a Request For Proposal (RFP) or a promise to issue an RFP. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission; other than acknowledgement of receipt - IF a request for an acknowledgement is requested by the submitter. This RFI does not commit the Government to contract for any supply or service. The Defense Security Service (DSS) is not at this time seeking proposals. Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Not responding to this RFI does not preclude participation in any future RFP or Request for Quote. If a solicitation is released, it will be via the Government Wide Point of Entry (GPE) at http://www.fedbizopps.gov. It is the responsibility of the potential offerors to monitor the website for any information that may pertain to this RFI. All submissions become the property of the Federal Government and will not be returned. PURPOSE OF THIS RFI DSS is seeking sources to provide legal analysis for the Business Analysis and Mitigation Strategies (BAMS) Division pursuant to the Risk Based Analysis and Mitigation (RBAM) model. This task involves reviewing pending or potential acquisitions, corporate reorganizations, and affiliated operations respecting shared legal services; analyzing the legal implications and risks of same; developing strategies to mitigate such risks for review and integration across the Industrial Policy & Programs Directorate; coordination across DSS directorates, government agencies and National Industrial Security Program members. Please see the DRAFT performance work statement (Attachment 1) for detailed tasks. The acquisition strategy has not yet been determined. The market research results will assist DSS in determining whether this requirement will be full and open competition or a small business set-aside. If a contractor believes that they have the capability and are qualified to meet the government's requirement, please respond to this Sources Sought Synopsis with a capabilities package. SUBMISSION DIRECTIONS This is an INDUSTRY NOTIFICATION and is for information purposes ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to provide the work required by the Government. Respondents will not be notified of the assessment results. Responses to the RFI should be in the form of a pdf file no longer than ten (10) pages with type face no smaller than 12 point and include the name of the firm which the respondent represents. Each respondent shall identify its business size for the Product Service Code (PSC) of R418 - "Support-Professional: Legal" and the North American Industry Classification System (NAICS) code of 541199 - "All Other Legal Services," with a size standard of $11,000,000.00. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. All submissions are requested to be made electronically by 4:00 PM ET on Thursday, June 9, 2016 via email to John R. Baumert at john.r.baumert2.civ@mail.mil. The subject line of the email must state "Legal Analyst Market Research Results." All responses should be unclassified and reviewed to ensure consideration of operational sensitivities. Proprietary information will be accepted and handled appropriately. Responders should indicate which portions of their response are proprietary and should mark them accordingly. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements and include the following information: A) Company information: 1. Name of Company; 2. Address; 3. Point of Contact (to include telephone number and email address); 4. Company CAGE code; 5. Indicate whether the company is a large business, small business, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), 8(a) certified business, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Underutilized Business (HUBZone); 6. Indicate whether the company is domestically or foreign owned (if foreign, please indicate the country of ownership); and 7. Indicate what facility clearance the company possesses. B) Questions pertaining to the draft requirement: 1. Is the selected PSC and NAICS the most appropriate codes? If not, please suggest another code and provide the rationale behind the suggestion. 2. Should the solicitation be a different contract type other than firm fixed-priced? If not, please suggest another contract type and provide the rationale behind the suggestion. 3. Is the performance work statement clear or does it require clarification? Please specify what section requires more information or clarification to better describe the requirement. C) Company Capabilities: 1. Please provide a capabilities statement demonstrating that your company can perform the duties listed in the draft performance work statement. Include a description of the capabilities/qualification/skills your company possesses. You should include relevant experience on same/similar work dating back five (5) years and your company's capacity to perform the type of work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition as specified in the draft performance work statement. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) standard typewritten pages. 2. What contract vehicles do you possess that this requirement could fit under? Please list what potential Federal Supply Schedule or Governmentwide Acquisition Contract this requirement can be competed. D) Pricing: Please complete the Market Research Pricing Form (Attachment 2). The pricing provided will be used for MARKET RESEARCH purposes only.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e47fd58e17962d6b622ff37374e3d182)
- Place of Performance
- Address: Defense Security Service, Russell-Knox Building, 27130 Telegraph Road, Quantico, Virginia, 22134, United States
- Zip Code: 22134
- Zip Code: 22134
- Record
- SN04120764-W 20160520/160518234343-e47fd58e17962d6b622ff37374e3d182 (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 |