Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 08, 2017 FBO #5798
SOURCES SOUGHT

R -- ADVISORY AND ASSISTANCE SERVICES SUPPORT - DRAFT PWS

Notice Date
10/6/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RFI_DHS_DNDO_ADVISORY_AND_ASSISTANCE_SERVICES_SUPPORT
 
Point of Contact
Heather Poindexter, Phone: 202-254-7094, Tisha Blue, Phone: 202-254-6751
 
E-Mail Address
heather.poindexter@hq.dhs.gov, tisha.blue@hq.dhs.gov
(heather.poindexter@hq.dhs.gov, tisha.blue@hq.dhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
DRAFT PWS FOR A&AS THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Nonetheless, submitters should properly mark their responses if the information is confidential or proprietary. Furthermore, those who respond to this RFI should not anticipate feedback with regards to its submission other than acknowledgment of receipt, should the submitter request an acknowledgement. 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. All submissions become the property of the Federal Government and will not be returned. Responders are solely responsible for all expense associated with responding to this RFI. This RFI is being published to identify potential sources capable of providing a variety of Advisory & Assistance Services (A&AS) support, with a concentration in financial analysis, schedule management, cost analysis, and logistics support, for the U.S. Department of Homeland Security (DHS) Domestic Nuclear Detection Office (DNDO). The North American Industry Classification Systems (NAICS) Code proposed for the requirement is 541611, Administrative Management and General Management Consulting Services. The size standard for NAICS 541611 is $15.0M. Comments on these NAICS Codes and suggestions for alternatives must include supporting rationale. The government is interested in all 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in and capable of performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business). Small businesses are advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. A&AS support will include program analysis, tracking, and reporting; organizational and market assessments; program and communication coordination; technology research and technical feasibility; test and evaluation support; studies and analyses related to program management, engineering, and technical services for current, potential, and proposed programs. In addition, the A&AS support shall support DNDO's conduct of research projects that support and encourage innovation leveraged by program and cost efficiencies to provide effective and sustainable technological products, services, systems, and capabilities to Federal, state, local, and tribal law enforcement organizations. An attached DRAFT Statement of Work has been included. The effort associated with this RFI requires persons to work at various Washington, DC locations and other DHS locations as directed. SECRET personnel clearances will be required for some positions and SECRET facility clearance will be required. Interested parties are requested to submit a statement of capability outlining past work that is related to this requirement as stated above. The statement of capability shall include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Business size for NAICS Codes 541611 (size standard $15.0 M) and status, if qualified as an 8 (a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 3. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM, at www.sam.gov) to be considered as potential sources. 4. A statement addressing whether the company has an accounting system that has been determined adequate by DCAA or another federal agency for performing work on a time and material and/or cost reimbursement basis. 5. Company's current facility clearance and date of expiration. 6. Identification of the specific Statement of Work TASK Area(s) under which the company is demonstrating its capabilities. Companies may respond to this RFI demonstrating their capability in one, some or all of the TASK Areas. 7. Additionally, companies shall provide at least two contracts for each TASK area they have requisite capability(ies) in which they were prime contractors performing greater than 50% of the work. 8. A list of Federal Supply Schedule (FSS) contracts or other government wide ordering vehicles for A&AS type services the company holds such as GSA's One Acquisition Solution for Integrated Services (OASIS). 9. A brief description of how the company would mitigate potential or actual organizational conflicts of interest (OCI) associated with delivery of A&AS and/or systems engineering support over the acquisition lifecycle from needs/gap analysis through the obtain, analyze/select and produce, deploy, support and dispose phases. Potential or actual OCI mitigation approaches are being gathered for market research purposes only to assess industry capability to mitigate OCI and to assist in determining which work packages may be aligned under separate contracts if appropriate. The statement of capability shall be UNCLASSIFIED. Any information provided by industry to the Government as a result of this RFI is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information. The information obtained from industries' responses to this RFI may be used in the development of an acquisition strategy and future Solicitation. The Government will use the information to assist in determining its small business set-aside decision. The company's standard format is acceptable, however, the limit for all responses is not to exceed fifteen (15) single-sided, 12 point font size, 8 ½ x 11-inch pages, with one-inch margins. Contractors capable of providing these services should submit a Statement of Capability containing the above reference information via e-mail to eather.Poindexter@hq.dhs.gov, Contracting Officer and Tisha.Blue@hq.dhs.gov, Contracting Officer. Each submission should be virus-scanned prior to being sent. Electronic submission is required. Responses shall be received no later than October 20, 2017, 5:00 pm Eastern Time Zone. It is the respondent's responsibility to verify the e-mail was received and can be viewed. All responses must address each of the above stated requirements.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RFI_DHS_DNDO_ADVISORY_AND_ASSISTANCE_SERVICES_SUPPORT/listing.html)
 
Place of Performance
Address: WASHINGTON, District of Columbia, 20548, United States
Zip Code: 20548
 
Record
SN04708535-W 20171008/171006230630-100e1f7a861074424077152b07a45fa4 (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.