Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2021 SAM #7309
SOURCES SOUGHT

B -- DLNSEO Language, Regional Expertise, and Culture (LREC) Report Writing

Notice Date
12/3/2021 11:06:30 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
DEFENSE HUMAN RESOURCES ACTIVITY ALEXANDRIA VA 223504000 USA
 
ZIP Code
223504000
 
Solicitation Number
H9821022R_sources_sought
 
Response Due
12/14/2021 9:00:00 AM
 
Archive Date
12/29/2021
 
Point of Contact
James Nathaniel Shumway, Phone: 7035172799, Austin Francis
 
E-Mail Address
james.n.shumway.civ@mail.mil, austin.w.francis.civ@mail.mil
(james.n.shumway.civ@mail.mil, austin.w.francis.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
NOTICE TYPE: Sources Sought COMPONENT OFFICE:� Defense Language and National Security Education Office (DLNSEO) REQUIREMENT: Language, Regional Expertise, and Culture (LREC) Report Writing The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS). The Government requires contractor services to provide support for the analytic and visual utilization in the form of written and graphic reports, coordination of pre-publishing reviews, participation in policy reviews and updates, preparation of routine correspondence, and subject matter expertise. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. The proposed NAICS for this effort is 541611, Administrative Management and General Management Consulting Services. Comments on this NAICS and suggestions for alternative codes must include supporting rationale. The Government is specifically performing Market Research to see if there are potential vendors who can provide the following: The contractor shall provide report writing support services such as pre-publication data analysis, graphic visualization, meeting summaries, policy reviews and other document reporting support.� Writing support services shall be performed at the Mark Center in Alexandria or via an approved off-site location. 4.�� The services described above are currently provided under the following contract which expires July 27, 2022: Contract Number� Institution / Contractor���������������������� Services����������������������������������������� H9821017C0013������� Management Analysis �������������������������������������� Congressional Reports, Data Analysis, ���� Technologies, Inc.���������������������������������������� Graphic visualization, meeting summaries ����������������������������������� ������������������������������������������������������������������������������� LREC Metrics������� SUBMISSION INFORMATION: � A. COVER SHEET - 1 page 1. Vendor name, address, website, Data Universal Numbering Systems (DUNS) Number, and Commercial and Government Entity (CAGE) Code. 2. Point of contact to include e-mail address and telephone number. 3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit) 4. If applicable, GSA contract number, schedule. B.� CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 10 pages 1. Please describe your organization's breadth of expertise/competency to respond to the draft PWS. Critical functions to be provided include: Subject matter expertise in the DoD Language, Regional Expertise, and Culture community. Ability to provide data analysis, graphic visualization in written reports.� Knowledge of Congressional reporting requirements Knowledge of Military Department utilization of LREC personnel to include Foreign Area Officers. 2. Industry feedback is requested on the PWS for this requirement. Please list any challenges or� ��� potential performance roadblocks related to fulfilling the PWS requirements and any� ��� suggestions for improving the PWS language. Additionally, the Government seeks answers to�� ��� the following questions concerning this requirement. Please consider providing responses: What is your company�s capability to complete the PWS requirements? If unable to provide support for the entire requirement, indicate which sections of the PWS your company can successfully support. Additionally, indicate whether your company is interested in supporting this contract requirement at the prime or subcontractor level. In light of the recent emphasis on limiting personal contact during the COVID-19 pandemic, please describe any new and innovative alternative support methods offered by your organization that utilize advances in technology while maintaining the quality of written products.� What is your ability to recruit and mobilize qualified personnel to meet the coordination and completion time requirements for the written products? How would your organization overcome the challenges of providing meeting support should in-person attendance be required?������ C. BACKGROUND/PAST EXPERIENCE: Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor. 1. The name and value of each project; 2. The name, address, telephone and email address for point of contact; 3. A description of each project, including challenges and successes; and 4. Your company's role and services provided for each project. �All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals. Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party�s expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned. The information provided in this Sources Sought is subject to change and is not binding on the Government.� RESPONSE DUE DATE: The Government requests that all responses be returned by 12:00 PM ET on 14 December 2021. Please note that in addition to this sources sought notice the Government has posted a request for information on GSA federal supply schedule under RFQ 1531157.� If a contractor can potentially provide these services through a GSA Federal Supply Schedule please submit capability statements through GSA Ebuy. All responses shall be submitted electronically to the DHRA Contracting Office point of contacts:� ����������� ��� Austin Francis, austin.w.francis.civ@mail.mil ��� Nathan Shumway, james.n.shumway.civ@mail.mil Interested vendors may additionally contact the Small Business Point of Contact to discuss this requirement: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 703-332-9247.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d7fdc5fa3664c06a1d0bf7f391429ad/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06191043-F 20211205/211203230116 (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.