Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2018 FBO #5928
SOURCES SOUGHT

R -- Employee Relations and Anti-Harassment Program Support - Draft Performance Work Statement

Notice Date
2/13/2018
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Department of Agriculture, Forest Service, WO-AQM, 1400 Independence AVE SW, MS-1138, Washington, District of Columbia, 20250-1138, United States
 
ZIP Code
20250-1138
 
Solicitation Number
12318718R0001
 
Archive Date
10/31/2018
 
Point of Contact
Todd Mathie, Phone: (505) 563-7331
 
E-Mail Address
tmathie@fs.fed.us
(tmathie@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement This Sources Sought Notice (SSN) is for planning/information purposes only and shall not be construed as a commitment or a promise of a contract by the Government. This is not a solicitation. This notice does not constitute a Request for Bid, Request for Quote or Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. The Government is contemplating to set this procurement aside for small business and perhaps to further restrict it for other socio-economic programs. For the purpose of this acquisition, the NIACs code is 541612 - Human Resources Support Services, small business size standard is $15M. 1. PURPOSE. The U.S.D.A. Forest Service (FS) is conducting a market analysis with this Sources Sought Notice (SSN) to identify businesses capable of performing the services required in the attached draft Performance Work Statement (PWS). The information collected in this SSN and industry outreach notice will be used to further define the government's requirements, create a source list, and create the appropriate acquisition strategy. All submission information will be considered in finalizing FS' requirements. The FS is not seeking elaborate replies, but rather concise, meaningful responses from vendors with the requisite Human Resource Employee Relations expertise and comments and questions on the Draft PWS. Generic marketing pamphlets and similar information is not desired. In 10 single-sided 8.5" x 11" pages or less using 12 pt. font (title page, table of contents, feedback on the draft PWS do not count against the page count, tables and charts may have smaller print), vendors are requested to provide the following information: 1. Company Information a. Company name, point-of-contact, address and DUNS. b. Business Type: (small business, woman-owned small, minority owned small, 8(a), hubzone, etc.) c. Current contract vehicles (such as GSA Schedules) with HR services within scope that FS can use to obtain the services (do not list an IDIQ specific to another agency that FS cannot use). d. Experience: Summary of at least three contracts for government or commercial HR services of similar scope, size and complexity in the last three years. Each summary should contain: a. Customer Name b. Role of your Organization (Prime or Subcontractor) c. Contract Number d. Contract Type (fixed price, labor hour, etc.) e. Dollar Value f. Period of Performance g. Customer Point-of-Contact with telephone number and email address h. Number of full-time equivalents providing services under the contract i. Description of services provided 2. Company Capabilities a. Describe the capabilities, features and benefits of your HR services in alignment with the required services in the draft PWS. b. Identify any planned subcontractors that would be used (if needed) and the area of expertise they would contribute to the team. Note: Any resultant contract may include a limitation in subcontracting of 50 percent. c. List the labor categories of the proposed labor mix for the PWS. d. Identify the number of full-time equivalents employed by your organization, including subcontractors, with requisite expertise for supporting this requirement. 3. Draft PWS Document (does not count in the 10-page limit) Please provide feedback on the draft PWS provided in this notice. The Government is contemplating the award of one contract as a result of the potential solicitation. Firm Fixed Price and Labor Hour line items are contemplated.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/WO-AQM/12318718R0001/listing.html)
 
Place of Performance
Address: Yates Bldg., 201 14th Street SW, Washington DC, District of Columbia, 20024, United States
Zip Code: 20024
 
Record
SN04821377-W 20180215/180213231439-e393c3872b93ccd42be88d1f5266ab25 (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.