Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2017 FBO #5573
SOURCES SOUGHT

R -- Procure Contractor’s real property Subject Matter Experts (SME) - Performance Work Statement

Notice Date
2/23/2017
 
Notice Type
Sources Sought
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Belvoir, 9410 Jackson Loop, Fort Belvoir, Virginia, 22060-5134, United States
 
ZIP Code
22060-5134
 
Solicitation Number
W91QV1-17-SS-0223
 
Archive Date
3/15/2017
 
Point of Contact
Sandra E. Guster, Phone: 703 806 4466
 
E-Mail Address
sandra.e.guster.civ@mail.mil
(sandra.e.guster.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Real Property Onsite Support Services GFEBS SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Contractor's real property Subject Matter Experts (SME) to ensure Fort Belvoir DPW's real property General Fund Enterprise Business System (GFEBS) records are accurate, complete and Chief Financial Officer Audit compliant on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining this requirement. The anticipated NAICS code(s) is 541513 Computer Facilities Management Services - This U.S. industry comprises establishments primarily engaged in providing on-site management and operation of clients' computer systems and/or data processing facilities. Establishments providing computer systems or data processing facilities support services are included in this industry and the Size Standard is $27.5. A continuing need is anticipated for the Contractor's real property Subject Matter Experts (SME) which is currently being fulfilled through current contract #W91QV1-16-F-0018 which expires 10 March 2017. If a requirement is awarded the period of performance will be 11 March 2017 - 31 Dec 2017. Attached is the Performance Work Statement (PWS) which will be used to determine your firm's capability to meet this requirement. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, and customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. Please provide all information addressing paragraphs 1 through 7 to include the subject of the acquisition or this announcement, to the MICC POC Sandra Guster sandra.e.guster.civ@mail.mil no later than 28 Feb 2017.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0eff43a1c63c3051085df3af8d5c712f)
 
Place of Performance
Address: Directorate of Public Works (DPW) at US Army Garrison Fort Belvoir, Fort Belvoir, Virginia, 22025, United States
Zip Code: 22025
 
Record
SN04412315-W 20170225/170223234759-0eff43a1c63c3051085df3af8d5c712f (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.