SOURCES SOUGHT
R -- Private Public Partnership services - Package #1
- Notice Date
- 4/26/2018
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-19-R-0001
- Archive Date
- 5/26/2018
- Point of Contact
- Salameya Paulouskaya, Phone: 2104662275, Gary Stevens,
- E-Mail Address
-
salameya.paulouskaya2.civ@mail.mil, gary.l.stevens.civ@mail.mil
(salameya.paulouskaya2.civ@mail.mil, gary.l.stevens.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Historical Workload PWS SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the Private Public Partnership services 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 Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: NAICS 541611, "Administrative Management and General Management Consulting Services" with the size standard of $15M. If you don't think the current NAICS shown is appropriate for this procurement, please provide a suggested NAICS and an explanation why this is a better fit. This is a requirement for services contract to provide support of United States Army Reserve (USAR) Soldiers, Veterans, and dependents seeking among others employment, professional and trade career development, mentor protégé, credentialing, certification, training, and licensure opportunities recognized by the civilian sector. This contract also supports the Chief of Army Reserve (CAR) top priorities: Readiness, Nurture and Sustain the support of our Families and Employers, and Shape and Grow the Future Force. The Government shall not exercise any supervision or control over the contract service providers (CSP) performing the services herein. Such CSPs shall be accountable solely to the contractor, who in turn is responsible to the Government. A continuing need is anticipated for the Private Public Partnership services currently being fulfilled through current contract # W9124J-16-C-0023. ATTACHED DOCUMENTS: 1) draft PWS 2) Attachment#1 - Historical Workload Data 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. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 6. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 7. Point of Contact: Salameya Paulouskaya, (210) 466-2275. Email the capabilities statements as well as comments/concern about PWS by 11 May, 2018, 8 am CDT to the Contract Specialist at salameya.paulouskaya2.civ@mail.mil and include the Contracting Officer, Gary Stevens at gary.l.stevens.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/05311e0ccd3de95dfa404191679a92ef)
- Place of Performance
- Address: see PWS, United States
- Record
- SN04902353-W 20180428/180426231004-05311e0ccd3de95dfa404191679a92ef (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 |