SOURCES SOUGHT
R -- DPA TITLE III LOAN PROGRAM SUPPORT
- Notice Date
- 8/13/2020 8:26:39 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- FA7014 AFDW PK ANDREWS AFB MD 20762-6604 USA
- ZIP Code
- 20762-6604
- Solicitation Number
- FA7014DPALOANPROGRAM
- Response Due
- 8/14/2020 9:00:00 AM
- Archive Date
- 08/29/2020
- Point of Contact
- KEVIN A WARD, Phone: 6126158, Theresa L. Terry, Phone: 2406126202
- E-Mail Address
-
kevin.ward.12@us.af.mil, theresa.l.terry.civ@mail.mil
(kevin.ward.12@us.af.mil, theresa.l.terry.civ@mail.mil)
- Description
- ***The Government is seeking industry feedback, recommendations, and best practices during the market intelligence phase of this effort from SMALL BUSINESSES ONLY*** Title: Office of Industrial Policy Defense Production Act Title III Loan Program Development, Management and Execution Services. New Urgent Requirement� ��������������� Estimated Contract Value: $2M - $3M Contemplated Acquisition Strategy: Award IDIQ Descriptions(s): The purpose of this sources sought synopsis (SSS) is to assist the Office of the Deputy Assistant Secretary of Defense for Industry Policy to contract support the expansion requirements of the DPA Title III program mentioned in the attached SOO. Due to the complexity and urgency of this requirement, few businesses may have the required resources to meet the demands. This is reserved for small businesses to respond with capabilities in regards to the Instructions for Responses section below. The requested information will be used by the Government for market research purposes only and is not a Request for Proposal or a Request for Quote in that it will not be used to place an order with any vendor. This is for informational purposes only and the Government will not be obligated to award to ay interested vendors that present information in response to this RFI/ Sources Sought.� This information will assist in building the acquisition strategy and establish set asides (if any), small business goals, timelines, definitions, contract type, and scope of work.� Open dialogue is key to a successful acquisition.� Sought After Qualifications for Possible Upcoming Requirement The Government is seeking tailored capability statements/information from small businesses that have experience in all the priorities listed in the SOO. In addition to providing a tailored capabilities statement and experience examples, interested vendors are asked to submit the following information: Vendor Info Requested 1. �Name of Business 2. DUNS and Cage Code 3. Business Type: SB (Socio-economic Category) 4. POC/Phone number/Email � Small Business Set Aside: Given the scope of the subject SOO, as written; can your company perform this requirement as the Prime? What Section(s)/Percentage of the SOO can your company perform as the Prime? Does your company have recent and relevant Past Performance Information (PPI) to confirm your experience as a Prime, a Subcontractor or Joint Business Venture performing the required services in the PWS? What is the size of your company (include socio-economic status), given the designated NAICS? Supporting Documentation Provide examples of establishing similar loan programs. Provide program oversight experience for contracts valued between $1.5-3 Million Current industry practices surrounding establishing loan programs. Questions to Industry Can your organization staff this requirement in seven days? Can you propose in 24 hours? What experience does your company have developing loan programs? What is the most recent loan development program you have established? What experience training and developing military or federal government loan programs? How much experience do your company have developing loan programs? Give an example of how your company leveraged industry or Federal Government in establishing a loan program. Does your company have a current facility clearance and what level is it? � Note: Please DO NOT provide generic capability statements; they will be deleted. The Government is seeking well defined responses with supporting documentation to assist with developing the acquisition strategy. All responses must be submitted via email to the contacts identified below. ***All information provided is optional; however, it will be used to assisting the Government in determining its acquisition strategy.� Do not include proprietary or classified information*** Contact Info Responses to this SSS are to be submitted by e-mail only, no later than 14 August 2020 1200 EST to kevin.ward.12@us.af.mil and theresa.terry.1@us.af.mil. All responses from prospective offerors should include the return e-mail address, firm name, mailing address, telephone number and point of contact within the body of the response.� Responses are limited to 10 pages, single-sided, and Times New Roman 12 point font.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/479d8096c81b4b16af88d5a08cf72748/view)
- Place of Performance
- Address: Washington, DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN05757579-F 20200815/200813230205 (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 |