Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2019 FBO #6536
SOURCES SOUGHT

R -- Virtual Recruiting Center - PWS

Notice Date
10/16/2019
 
Notice Type
Sources Sought
 
NAICS
561422 — Telemarketing Bureaus and Other Contact Centers
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Knox (W9124D), Bldg 1109, Room 373, Fort Knox, Kentucky, 40121-5720, United States
 
ZIP Code
40121-5720
 
Solicitation Number
W9124D-20-R-0009
 
Archive Date
11/12/2019
 
Point of Contact
Deborah R. Randall, Phone: 5026243424, Daniel J. Hereford, Phone: 5026245452
 
E-Mail Address
deborah.r.randall.civ@mail.mil, daniel.j.hereford.civ@mail.mil
(deborah.r.randall.civ@mail.mil, daniel.j.hereford.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement (PWS) SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government desires a Contractor to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform operational support to the U.S. Army Recruiting Command (USAREC) Virtual Recruiting Center (VRC) as defined in this PWS except for those items specified as Government furnished property and 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. The Contractor shall provide all necessary labor, management, supervision, and materials to operate the USAREC VRC, located at Fort Knox, Kentucky. The VRC is responsible for operating, maintaining, evaluating, and analyzing web-based operations that serve to support USAREC and Cadet Command using enterprise platforms currently existing and those under analysis for utility to provide effective processes while eliminating duplicity. The Contractor shall measure and analyze virtual, existing initiatives and programs specific to recruiting efforts. The Contractor shall use multiple methods of communication in order to contact and refine leads, assist in application processing, provide customer services support, and respond to all inquiries. Services includes but are not limited to the following, The VRC will conduct lead refinement operations that ensure that only those leads that meet the qualifications based on current USAREC business rules and have a desire to speak with a recruiter are forwarded to a recruiter. Provide premier customer service and support to all inquiries received through multiple platforms, and to all applicants that are seeking assistance in online application processing. Further services can be found in the attached draft PWS. 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 adequate 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 Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 561422: Telemarketing Bureaus and Other contact Centers; small business size standard is $15.0M. A continuing need is anticipated for the Virtual Recruiting Center (VRC) requirement which is currently being fulfilled through current contract # W9124D-18-C-0003. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with historical workload data for the requested services. In response to this sources sought, please email the below information by 28 October 2019, 07:00a.m. (est) to Contract Specialist, Deborah R. Randall at Deborah.r.randall.civ@mail.mil and Contracting Officer Daniel Hereford at Daniel.j.hereford.civ@mail.mil 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, EDWOSB, 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 wiill lfacilitate making a capability determination. This includes at least two examples of relevant prior experience to substantiate capability to perform the tasks specified in PWS Part 5, Specific Tasks. 4. A draft Management Staffing Plan that addresses how the key personnel requirements in PWS Part 1.6.11 will be met as well as the general requirements summarized in Technical Exhibits (TE). Indicate anticipated level of effort by job type or specialty; whether they are on staff, to be hired, or subcontracted; and resume for key personnel if available. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified services. 7. 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 210-466-2269, 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 notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2ccc9b8617e55920789eb6a3f88148df)
 
Place of Performance
Address: BLDG 1307 3RD AVENUE, FORT KNOX, Kentucky, 40121, United States
Zip Code: 40121
 
Record
SN05475611-W 20191018/191016230554-2ccc9b8617e55920789eb6a3f88148df (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.