Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2021 SAM #7105
SOURCES SOUGHT

R -- Staffing IDIQ Sources Sought Notice

Notice Date
5/13/2021 1:26:14 PM
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
USDA-FS, CSA EAST 10 Atlanta GA 303092449 USA
 
ZIP Code
303092449
 
Solicitation Number
12445021Q0028
 
Response Due
6/11/2021 8:59:00 PM
 
Archive Date
06/26/2021
 
Point of Contact
CHANDRIA FULGHUM, Keith Friot
 
E-Mail Address
chandria.fulghum@usda.gov, keith.d.friot@usda.gov
(chandria.fulghum@usda.gov, keith.d.friot@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A Sources Sought Notice ONLY.��The�U.S.�Government�desires to procure�Staffing Support 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.��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 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.� The U.S. Department of Agriculture (USDA) Forest Service (FS) is a Federal Agency that manages public lands in national forests and grasslands under a founding principle, ""To provide the greatest amount of good for the greatest amount of people in the long run"".? The agency�s mission is to �sustain the health, diversity, and productivity of the Nation�s forests and grasslands to meet the needs of present and future generations�.???� The USDA FS, Eastern Zone is�conducting�market research to determine available vendors to provide Staffing Support Services for various occupations identified under the Service Contract Labor Standards Wage Determination.??The states/territories�included with scope are Alabama, Arkansas, Florida, Georgia,�Illinois, Indiana, Kentucky, Maine, Maryland, Missouri, Louisiana, Mississippi, Nebraska, New York, North Carolina, Ohio, Pennsylvania, Puerto Rico, South Carolina, Tennessee, Texas, U.S. Virgin Island, Vermont,?Virginia, and West Virginia.� 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 Governmentwide Point of Entry.��It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.��� It is anticipated that the forthcoming solicitation will result in award of a single�Indefinite Delivery Indefinite Quantity contract.� There will be a base�ordering�period of 12 months (January 1, 2022 � December 31, 2022) with�4 additional ordering periods, each 12 months in length.� The anticipated NAICS code(s) is/are:��NAICS Code 561210 - Facilities Support Services with a size standard of $41.5M.� A continuing need is anticipated for the�Service Contract Labor Standards (SCA) based Staffing Support Services supporting USDA Forest Service locations throughout the Eastern U.S.� These services are currently being provided across a smaller geographic�area under�contract #�AG-4568-C-17-0019.��Attached�is the�draft Performance Work Statement (PWS).� In response to this sources sought, please provide:� 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, etc.)�given the anticipated NAICS code as detailed above.�� 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 will facilitate making a capability determination.��� 4.� Identify how the�contract can best be structured�to facilitate competition by and among small business concerns, while allowing for resultant task orders to be issued on a pre-priced basis (wrap rate x wage determination rates).� 5.� Recommendations�to improve the�approach/draft PWS�to acquiring the identified services.� Information Submission Instructions:�� Information submitted must be in sufficient detail as to allow for a thorough government review of firm�s interest and capabilities.� This information is due no later than Friday, June�11, 2021 at 11:59 PM (EDT).� Please email to Chandria Fulghum at�Chandria.Fulghum@usda.gov�and�� Keith Friot at�Keith.D.Friot@usda.gov����
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f28cb4300e0410d89bd59d025b5ba6b/view)
 
Place of Performance
Address: NC, USA
Country: USA
 
Record
SN06001766-F 20210515/210513230126 (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.