Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2020 SAM #6798
SOURCES SOUGHT

69 -- Commercial Test Vouchers

Notice Date
7/8/2020 1:22:48 PM
 
Notice Type
Sources Sought
 
NAICS
611710 — Educational Support Services
 
Contracting Office
W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
 
ZIP Code
30905-5719
 
Solicitation Number
W91249-0011423315
 
Response Due
7/13/2020 4:00:00 AM
 
Archive Date
07/28/2020
 
Point of Contact
Sherrilyn Rice, Phone: 7067911831
 
E-Mail Address
sherrilyn.u.rice.civ@mail.mil
(sherrilyn.u.rice.civ@mail.mil)
 
Description
THIS IS A Sources Sought Notice ONLY.� The U.S. Government desires to procure the Commercial Test Vouchers and Credentials 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.� Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.� We encourage all small business concerns, 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(s) is: 611710 (Testing services, educational add description, $15Million). The Product Service Code is 6940. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement REQUIRED CAPABILITIES The Contractor shall provide commercial test vouchers for IT certification: Further detail is provided in the attached end items list attached to this announcement. If your organization has the potential capacity to provide these products, please provide the following information:� � 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. � 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. �Identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors.� Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003) �Similarly situated entity� means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform.� An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside.� 4. Identify type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) of the proposed subcontractors. � 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.� [Tailor the information requested to the requirement, e.g. lead time for implementation, proposed solution, alternative solution, security clearances, bonding requirements, financial capability requirements, etc., as applicable.] � Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. � Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. � 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 beta.sam notice.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Your response to this Sources Sought Notice, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Sherrilyn Rice, in either Microsoft Word or Portable Document Format (PDF), via email sherrilyn.u.rice.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c8a955f2bc1c4ceca0c80cf194598605/view)
 
Place of Performance
Address: Augusta, GA 30905, USA
Zip Code: 30905
Country: USA
 
Record
SN05715431-F 20200710/200708230146 (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 |
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.