SOURCES SOUGHT
R -- General Ledger Management (GLM-001)
- Notice Date
- 3/2/2020 9:16:14 AM
- Notice Type
- Sources Sought
- NAICS
- 541219
— Other Accounting Services
- Contracting Office
- VIRGINIA CONTRACTING ACTIVITY WASHINGTON DC 203405100 USA
- ZIP Code
- 203405100
- Solicitation Number
- GLM-001
- Response Due
- 4/2/2020 12:00:00 PM
- Archive Date
- 04/03/2020
- Point of Contact
- Lanika Rivers, Phone: 2022314506, Pearl Hale, Phone: 2022314071
- E-Mail Address
-
lanika.rivers@dodiis.mil, Pearl.Hale2@dodiis.mil
(lanika.rivers@dodiis.mil, Pearl.Hale2@dodiis.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY: This request is for planning purposes�only, it is not a request for offers, quotes, or proposals. This notice does not represent a�commitment by the Government to issue a solicitation or award a contract. The Government will�not be responsible for any cost incurred by interested parties responding to this notice. This�notice is for Market Research only in accordance with Federal Acquisition Regulation (FAR)�Part 10 to determine the capability of potential sources. Virginia Contracting Activity (VACA) anticipates establishing a contract under Notth American�Industrial Classification System (NAICS) Code 541219, ""Other Accounting Services"" with a�Small Business standard of $22,000,000. VACA is issuing this notice in order to solicit�capability statements from qualified sources to ensure sufficient competition exists to meet the�Government's requirements. It is the Government's intent to use information gathered in response to this notice to assist in market research to determine whether to, in accordance with applicable�laws, set-aside, solicit offers from all responsible sources. The anticipated length of performance�is a one (1) twelve (12) month Base Period and four (4) twelve (12) month Option Periods. BACKGROUND: The purpose of this effort is to obtain strategic financial support services to the Chief Financial�Office (CFO). This requirement to obtain support to assist with accounting operations,�reconciling Fund Balance with Treasury, financial reporting, internal controls and financial�statement audit liaison functions. PLEASE ENSURE YOU HA VE READ ALL ASPECTS�OF THE SOW. Interested parties shall review the attached DRAFT Statement of Work and provide their�capability to perform the requirements. Small businesses are encouraged to respond.� RESPONSE REQUESTED: This notice is a market research tool being used to determine the availability and capability of�potential sources prior to determining a procurement strategy. No basis for a claim against the�Government shall result from a response to this notice. If a solicitation is issued as a result of this�Sources Sought, information submitted in response to this notice may be used to determine the�appropriate procurement strategy. All qualified small business concerns are encouraged to�respond. QUESTIONS: 1. What size Agency you have previously supported? 2. How many TS contractors do you have available? 3. How do you intend to staff the contract? Please be specific. 4. Do you have an active facilities clearance? INTERESTED FORMS SHALL SUBMIT THE FOLLOWING: 1. Name and address of company and or companies (if there is a teaming arrangement.)�Include; mailing address, telephone, fax number, website address (if applicable), Point of�Contact Name, telephone and email address of the individual(s) authority and knowledge�to clarify responses with Government representatives. � a. Potential teaming arrangements-Describe whether the company intends to�fulfill the subject requirement along, or� whether a teaming arrangement is�anticipated. The Government recognizes that one company may not possess�all of the necessary knowledge, skills, and experience needed to meet the�requirements specified in the SOW. If knowledge,� skills or other expertise is�obtained from this type of arrangement, vendors shall describe the efficiencies�gained through teaming, but members need not be identified. b. Explain how expertise and experience gained through teaming will benefit the�Government. � 2. Technical capability relevant to the requirement;� 3. Technical approach relevant of the requirement (no more than 2-3 paragraphs) 4. Management approach relevant to the requirement (no more than 2-3 paragraphs); 5. Any Corporate experience relevant to the requirement; 6. Relevant past performance. Your capability statement needs to include a list of three�customers (Government) within the past three (3) years highlighting similar work in�nature, scope, complexity and a brief description of the scope of work. Your submission�for relevant past performance must include for each customer: Contract name/Contract Number; Contracting Agency or Department, POC and contact information; Yearly contract value (in $); State whether your firm was the prime or a subcontractor; Period of Performance; Description of work and how it relates to the requirements. 7. Security Clearance: The contractor shall hold a current and active TOP Secret Security�Clearance and must have a current Single Scope Background investigation with�current/re-instable eligibility to Sensitive Compartment Information at the beginning of�the performance period. Please see attached SOW for additional details. � 8. Representative sample of labor categories and rates for providing support services.� � 9. Indicate business size, size standard and status, if qualified as an 8(a) firm (must be�certified by SBA), Small Disadvantaged Business (must be certified by SBA). Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or ServiceDisabled�Veteran Owned Small Business. � 10. DUNS Number, CAGE Code, Tax Identification Number, and company structure�(Corporation, LLC, Partnership, Joint Venture, etc.) Companies also must be registered in�the System for Award Management at� http://www.sam.gov/portal/SAM/#l to be�considered as a potential source. � *Please note: VACA will make only one award from any solicitation resulting from this Sources�Sought. � Submission Instructions: Interested firms responding to this sources sought must provide a capability statement�demonstrating their experience, skills, and capability to fulfill the Governments requirements for�the above. The capability statement shall be in sufficient enough detail, but not exceed 5 pages,�so that the Government can determine the experience and capability of your finn to perform the�requirements specified in the DRAFT SOW. Please specify one primary and one alternate Point�of Contact (POC) within your firm, including telephone numbers and email addresses in case�clarifications of your submission are needed. DO NOT SUBMIT RESUMES. Respondents shall�submit their response via email to the Point of Contact provided below. *The page size is to print�to a standard 8.5""xl I"" paper using Times New Roman, 11-point font, with one inch margins�using Microsoft Word. *The file shall be only one (1), in PDF or Word, and shall be no more�than five pages in its entirety. Do not send a separate cover letter or any other document, submit only one (1) file. The response must be received no later than April 2, 2020 3:00 PM EST.� Only electronic copies of capability statements will be accepted and should be emailed to: (Contracting Officer) pear1.hale2@dodiis.mil & (Contract Specialist)�lanika.rivers@dodiis.mil. The email shall contain the following subject line: ""GLM-001"".� Questions or answers will not be considered. NO PHONE CALLS WILL BE ACCEPTED or�RETURNED. The decision to proceed with the acquisition is at the sole discretion of the�Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d2f365a6a42b489ba36d17e2cb517cbb/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN05577504-F 20200304/200302230208 (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 |