SOURCES SOUGHT
R -- Logistics and Strategic Communication Support Services
- Notice Date
- 2/26/2020 6:24:34 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- PROGRAM SUPPORT CENTER ACQ MGMT SVC ROCKVILLE MD 20857 USA
- ZIP Code
- 20857
- Solicitation Number
- SSACF252958
- Response Due
- 3/12/2020 9:00:00 AM
- Archive Date
- 03/27/2020
- Point of Contact
- Alicia Allen, Phone: (301) 492-5582, Ryan Collins, Phone: 3014924685
- E-Mail Address
-
Alicia.Allen@psc.hhs.gov, Ryan.Collins@psc.hhs.gov
(Alicia.Allen@psc.hhs.gov, Ryan.Collins@psc.hhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Sources Sought Notice Number: SSACF252958 � Notice Type: Sources Sought � SYNOPSIS: � This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service disabled, veteran-owned small businesses; 8(a) small businesses; veteran owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the government in determining the appropriate acquisition method, including whether a set aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice (541611). This is a Small Business Sources Sought notice. BACKGROUND: The Children's Bureau (CB) is interested in procuring the services of a Contractor to work closely with CB to plan and to provide technical assistance, logistical support, and strategic dissemination activities related to the prevention of maltreatment, strengthening families, and reducing the unnecessary removal of children from their homes. The services required include, but not limited to logistical and meeting support, development of resource materials that support strategic dissemination (such as social media, videos, etc.), secure and compliant website, publications development, outreach and marketing; and information dissemination and distribution activities.The project's scope of work includes assistance to the Children's Bureau and its Office on Child Abuse and Neglect (OCAN) to strategically plan and identify critical priorities for supporting efforts to protect children, strengthen families, and support innovation to ensure that every child and youth has a permanent connection. These activities also represent priorities outlined in the Children's Bureau and Administration for Children and Families (ACF) Strategic Plan goals to promote the safety and well-being of children, youth and families, and increase the capacity of CB to respond to the needs of its key grantees and the field of child maltreatment. ANTICIPATED PERIOD OF PERFORMANCE: The anticipated/estimated Period of Performance (POP) will be from June 1, 2020- September 29, 2020 for the base year and three one (1) year option periods, pending satisfactory performance and the availability of funds. The RFP will be made available on or about April 1, 2020 and all responsible sources may submit a proposal which shall be considered by the agency. The RFP may be accessed electronically only via the Beta Sam website https://beta.sam.gov/ Offerors are responsible for routinely checking the Beta Sam website for any possible solicitation amendments that may be issued. CAPABILITY STATEMENT/INFORMATION SOUGHT Interested, qualified small business organizations should submit a tailored capability statement for this requirement, not to exceed 20 pages, presented in double-spaced format and using no more than 12 point font, that clearly details the ability to perform the aspects of the notice described above. Statements should include information regarding respondents': (a) Staff expertise, including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references and other related information i.e., names, titles, telephone numbers and any other information which would serve to document the organizations capability, e.g., awards, commendations, etc. Respondents must provide, as part of their responses, a capability statement, which addresses the services requested above. The government is seeking small businesses who can provide the following: Demonstrate a clear understanding of the mission of the Children�s Bureau, Office on Child Abuse and Neglect Demonstrate expertise in organizing conferences, meetings, summits, etc. with precision. Demonstrate ability to provide professional staff with extensive expertise and knowledge in a) program management; b) child welfare; c) conference and meeting planning; d) 508 compliant products/websites and compliance with all IT requirements. Demonstrate the ability to screen, recruit, hire, and train qualified staff. Demonstrate a clear description of overall program management and work plan for task and activities of service. Demonstrate the ability to effectively collaborate and coordinate with CB technical assistance providers who may be working with grantees on a variety of research and programmatic issues. Demonstrate the ability to protect government information and information systems in order to ensure: Confidentiality, which means preserving authorized restrictions on access and disclosure, based on the security terms found in this contract, including means for protecting personal privacy and proprietary information; Integrity, which means guarding against improper information modification or destruction, and ensuring information non-repudiation and authenticity; and Availability, which means ensuring timely and reliable access to and use of information. Demonstrate the ability to provide security for any Contractor systems, and information contained therein, connected to an HHS network or operated by the Contractor on behalf of ACF regardless of location. Adopt and implement the policies, procedures, controls, and standards required by the HHS Information Security Program to ensure the confidentiality, integrity, and availability of government information and government information systems for which the Contractor is responsible under this contract or to which the Contractor may otherwise have access under this contract. Comply with the Privacy Act requirements and tailor FAR clauses as needed. Contracting Office Address: 7700 Wisconsin Avenue Rockville, Maryland 20857 United States Primary Point of Contact: Alicia Allen� Alicia.Allen@psc.hhs.gov Phone: (301) 492-5582 Secondary Point of Contact: Ryan Collins� ryan.collins@psc.hhs.gov Phone: (301) 492-4685 INFORMATION SOUGHT AND SUBMISSION INSTRUCTIONS All inquiries to this Notice must submitted in writing to alicia.allen@psc.hhs.gov One copy of the response must be submitted no later than 12:00 pm EST, March 12, 2020 electronically in Adobe PDF. Capability statements will not be returned and will not be accepted after the due date. Each response should also include the following Business Information: 1. A cover letter with the offeror's name, company address, a point of contact, phone number, email address, DUNS number, and current GSA schedules appropriate to this work (if any). If you have a government approved accounting system, please identify the agency that approved the system, and the type of company (i.e., small business, 8(a), woman owned, veteran owned, etc.) and can be validated via the System for Award Management (SAM). 2. A clear and concise statement of the offeror's capability and organizational capacity to perform the work as described above. 3. Bios or resumes for proposed key staff members, including the project manager and lead technical staff. 4. The offeror's most pertinent previous experience with similar government contracts within the last four years. 5.� Documentation of any current/existing strategic sourcing and/or Best-In-Class contract(s) and/or contract number(s) appropriate to this work (if any). Qualifying businesses which have the organizational capacity to provide the outlined services are encouraged to respond to this request. All teaming arrangements (if any) should also include the above-cited information with licensing documentation for each entity on the proposed team. All respondents to any resulting solicitation must register or be registered on SAM located at https://www.sam.gov/SAM/pages/public/searchRecords/searchResults.jsf Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4df11b1fec5048089ffd1e2721b244e5/view)
- Place of Performance
- Address: Washington, DC 20201, USA
- Zip Code: 20201
- Country: USA
- Zip Code: 20201
- Record
- SN05573515-F 20200228/200226230259 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |