SOLICITATION NOTICE
R -- WHS Administration and Clerical IDIQ - Draft PWS
- Notice Date
- 9/13/2017
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
- ZIP Code
- 22202-4371
- Solicitation Number
- HQ0034-17-R-0273
- Archive Date
- 12/1/2017
- Point of Contact
- Earl E. Anderson, Phone: 7035451953, Ricado Vasquez, Phone: 7035450966
- E-Mail Address
-
earl.e.anderson51.civ@mail.mil, ricardo.m.vasquez.ctr@mail.mil
(earl.e.anderson51.civ@mail.mil, ricardo.m.vasquez.ctr@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Draft Scope of Work Presolicitation Notice This is a Pre-Solicitation Notice. This notice does NOT constitute a request for proposal, request for quote, or invitation to bid. Washington Headquarters Services has a requirement for an Indefinite Delivery Indefinite Quantity (IDIQ) contract for administrative and clerical support to offices across the Office of the Secretary of Defense. The proposed contract is set-aside as a competitive Small Business Administration's 8(a) Business Development Program procurement and will be procured pursuant to the requirements of FAR Part 15 Contracting by Negotiation and FAR Part 12 Acquisition of Commercial Items. The result of the solicitation will be a multiple award performance based contract with a combined aggregate maximum amount of no more that $45 million. The period of performance is anticipated to be for one 12 month base period and four 12 month option periods. The effort will require a current Top Secret Facility Clearance. Potential Offerors are required to certify that they currently are a certified 8(a) small business under North American Industry Classification System (NAICS) code 541611 (size standard $15M), as of the date of their proposal submittal. Please refer to the 8(a) eligibility requirements on the Small Business Administration's website. Any prospective service provider must also have a Commercial and Government Entity (CAGE) code and be registered in the System for Award Management (SAM) in order to be eligible for award. It is anticipated the solicitation will be issued electronically on or about 15 September 2017 on the Federal Business Opportunities web page at http://www.fbo.gov with an anticipated closing date for proposals approximately three weeks later. Once the solicitation is posted, is the responsibility of all potential offerors to monitor these sites for release of any future notices and/or release of amendments thereto. General inquiries regarding this notice may be sent via email to ricardo.m.vasquez.ctr@mail.mil and earl.e.anderson51.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-17-R-0273/listing.html)
- Place of Performance
- Address: The work may be performed in offices located across the National Capital Region (NCR)., United States
- Record
- SN04675228-W 20170915/170913231806-3d351af523a54c387b2b0d03fcb8bd1b (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 |