Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
SOURCES SOUGHT

R -- Advanced Training and Support for Department of Navy (DON) Acquisition Workforce Excellence - Draft PWS

Notice Date
4/5/2018
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisitions Services (WQA), 301 7th St SW Rm 6109, Washington, District of Columbia, 20407, United States
 
ZIP Code
20407
 
Solicitation Number
ID11180043
 
Archive Date
5/3/2018
 
Point of Contact
Derrick Dudley, Phone: 2027086422, Marion Williams, Phone: 202-205-9097
 
E-Mail Address
derrick.dudley@gsa.gov, marion.williams@gsa.gov
(derrick.dudley@gsa.gov, marion.williams@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement *ID111800XXMARKET RESEARCH / REQUEST FOR INFORMATION (RFI) - NO SOLICITATION DOCUMENT EXISTS This is a General Services Administration, Federal Acquisition Service, Contracting Division (GSA/FAS/CD) Request for Information (RFI) to determine the availability of potential small business sources for a tentative requirement of Advanced Training and Support for Department of Navy (DON) Acquisition Workforce Excellence, under the GSA 00CORP - Professional Support Services (PSS) Schedule relevant to Special Item Numbers (SIN) 874-1, 874-4, and 100-03 specified in detail below. No award will be made from this Notice. Additional detailed information is provided on the attached Performance Work Statement (PWS). As part of its market research, GSA is issuing this RFI to determine if there exists an adequate number of qualified interested GSA Schedule Contractors capable of fulfilling this requirement as further described in the Draft PWS. The Government may use the responses to this RFI for information and planning purposes. The Draft PWS describes only the currently contemplated possible scope of services and may vary from the work scope in a final PWS included in any Request for Quotations (RFQ). A hybrid firm fixed price (FFP)/ Labor Hour services contract is anticipated. The Period of Performance of this requirement includes a twelve (12) month base year period with four, one-year option periods. The anticipated NAICS Code for this requirement is 611430, Professional and Management Development Training, with a small business size standard of $11M. The Contractor may be required to travel to accomplish these activities. A Request for Quotations using the following Schedule and SIN is contemplated: SUBJECT TO COOPERATIVE PURCHASING (00CORP) – PROFESSIONAL SERVICES SCHEDULE (PSS): SIN 874-1 Integrated Consulting Services: T his SIN includes: Management or strategy consulting, including research, evaluations, studies, analyses, scenarios/simulations, reports, business policy and regulation development assistance and strategy formulation * Facilitation and related decision support services * Survey services, using a variety of methodologies, including survey planning, design, and development; survey administration; data validation and analysis; reporting, and stakeholder briefings. SIN 874-4 Training Services: Instructor-Led Training, Web-Based Training and Education Courses, Course Development and Test Administration, Learning Management, Internships; Product Service Code (PSC) R707 – Support Management: Contract/Procurement/Acquisition Support. SIN 100-03 Ancillary Supplies and/or Services: Ancillary supplies and/or services are support supplies and/or services which are not within the scope of any other SIN on this schedule. These supplies and/or services are necessary to compliment a contractor's offerings to provide a solution to a customer requirement. This SIN EXCLUDES purchases that are exclusively for supplies and/or services already available under another schedule. Special Instructions: The work performed under this SIN shall be associated with existing SIN(s) that are part of this schedule. Ancillary supplies and/or services shall not be the primary purpose of the work ordered, but be an integral part of the total solution offered. Ancillary supplies and/or services may only be ordered in conjunction with or in support of supplies or services purchased under another SIN(s) of the same schedule. Offerors may be required to provide additional information to support a determination that their proposed ancillary supplies and/or services are commercially offered in support of one or more SIN(s) under this schedule. This RFI is only for the purpose of identifying potential sources as part of GSA’s market research. No RFQ exists; therefore, do not request a copy of the RFQ. GSA is not required to use eBuy for any resulting RFQ. Responses to this RFI are not quotes on which GSA can issue any Schedule orders. This RFI is issued for information and planning purposes only and does not itself constitute a RFQ. The Government does not intend to award a Schedule order based only on responses to this RFI. Please restrict all responses to non-proprietary information. Responses to the RFI will not be returned. Responders are solely responsible for all expenses associated with responding to this RFI. GSA will not pay for information received in response to this RFI. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry response to this RFI. Offerors possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this RFI via the submission of an executive summary, no more than five (5) pages in length. Responses must use twelve point Times New Roman font. The submission should include the following information: 1) company name, address, and point of contact with corresponding phone number and e-mail address; 2) DUNS number, business size and classification; and 3) Schedule contract number. In your response provide a brief description of the capability, resources, technical competencies and organizational experience relative to the key task areas. Standard brochures and/or paraphrasing of the Draft PWS will not be considered sufficient to demonstrate the capabilities of an interested party. Do not submit pricing information in response to this RFI. All submissions are required to be submitted via email to marion.williams@ gsa.gov and derrick.dudley@gsa.gov no later than 11:00 am (EST) on April 13, 2018. Please direct any questions concerning this RFI to Derrick Dudley at derrick.dudley@gsa.gov and Marion Williams at marion.williams@gsa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e234c32cba08c191786c8048082ebf7)
 
Place of Performance
Address: Pentagon, Washington, District of Columbia, 20350, United States
Zip Code: 20350
 
Record
SN04879366-W 20180407/180405231035-2e234c32cba08c191786c8048082ebf7 (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.