SOURCES SOUGHT
R -- TEP Support Services
- Notice Date
- 5/19/2016
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Housing and Urban Development, OCPO, Office of Policy and Systems, FHA/ Housing Support Division, 451 7th Street S.W., Washington, District of Columbia, 20410, United States
- ZIP Code
- 20410
- Solicitation Number
- RCS-N-2016-00021
- Archive Date
- 6/15/2016
- Point of Contact
- Jerl S. Traylor, Phone: 2024026131
- E-Mail Address
-
JerL.S.Traylor@hud.gov
(JerL.S.Traylor@hud.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSALS. A SOLICITATION IS NOT AVAILABLE. This Request for Information (RFI) is for planning purposes only and should not be construed as a solicitation or as an obligation on the part of the U.S. Department of Housing and Urban Development. The purpose of this RFI is to identify qualified small businesses (including certified 8(a), Small Disadvantaged, HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) capable of performing the work described herein. The Government will not pay for the preparation of any information submitted or for the Government's use of that information. No contract or other instrument will be issued as a result of this RFI. Requests for a solicitation will not receive a response. DESCRIPTION: The Government has a need for technical evaluation chair support services. These services entail providing the necessary expertise to support the HUD program offices in evaluating proposals that are received in response to solicited requirements that enable HUD to meet its mission. HUD requires subject matter experts that will facilitate the evaluation process and document the results of the evaluations in a manner that's consistent and compliant with the solicited provisions, terms and conditions and that will effectively support the award of contracts in a fair, consistent and transparent manner. REQUEST FOR CAPABILITY STATEMENT: Interested vendors shall provide a detailed capability statement that would allow the government to determine if they have the expertise, experience, and knowledge to perform the requirements. Submissions shall include the following: 1) Company name, address, telephone number 2) Contact name, title, telephone number, and e-mail address 3) Socio-economic classification (i.e., HUB Zone and/or 8(a) status) and point of contact. 4) Business size for the NAICS code indicated. Please submit copies of documentation such as letters or certificates to indicate the firm's status. 5) DUNS number 6) CAGE code. Companies must be registered in the System For Award Management (SAM), www.sam.gov, to be awarded contracts with the federal government. 7) TIN 8) If the company has a Government approved accounting system, please identify the agency that approved the system. 9) Identification of the firm's GSA Multiple Award Schedule (MAS) contract to provide the services. Please identify the schedule and special item number (SIN) of the MAS contract. Identification of the firm's existing indefinite delivery indefinite quantity (IDIQ) contract number to provide the services in which, the ordering scope permits other federal agencies to order. 10) Description of the company's prior relevant experience and a summary of past performance information for contracts awarded. Additionally, provide the following information: a. Who (Company name) did your firm provide the service(s)? b. Contract number or other identifying reference. c. Did you perform as the Prime or Sub? If you were a sub, indicate the percentage of the overall contract that you performed and the type of effort you performed. d. Period of performance e. Annual dollar value f. Contract type (Cost, Firm Fixed Price, Time and Material, etc.) 11) Evidence that respondent can satisfy the minimum requirements while in compliance with FAR 52.219-14, Limitations on Subcontracting. 12) Ten (10) page limitation, 12-point type font, with not less than a one inch margin on 8-1/2 x 11 inch paper. Teaming arrangement responses are acceptable. The information required above for the company responding to this announcement should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and HUD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. RESPONDENTS MUST SUBMIT ALL CAPABILITY STATEMENTS VIA E-MAIL to Jerl Traylor at JERL.S.TRAYLOR@HUD.GOV no later than May 31, 2016 by 5:00 p.m. Eastern Standard Time for consideration. Submit the capability statements with the following subject line, "Technical Evaluation Panel (TEP) Support Services Capability Statement (RCS-N-2016-00021)".
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1ee6d8775024045f84d6d578916df634)
- Place of Performance
- Address: Various agency sites., United States
- Record
- SN04122153-W 20160521/160519234120-1ee6d8775024045f84d6d578916df634 (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 |