SOURCES SOUGHT
U -- VAAA Instructional System Design Support Services
- Notice Date
- 4/14/2022 8:17:26 AM
- Notice Type
- Sources Sought
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
- ZIP Code
- 21703
- Solicitation Number
- 36C10X22Q0117
- Response Due
- 5/4/2022 7:00:00 AM
- Archive Date
- 06/03/2022
- Point of Contact
- Tanya Sims-Williams & Zachery Minns, Contract Specialist, Phone: zachery.minns@va.gov
- E-Mail Address
-
tanya.sims-williams@va.gov
(tanya.sims-williams@va.gov)
- Awardee
- null
- Description
- This is a REQUEST FOR INFORMATION only. Pursuant to FAR Part 10.002(b)(2)(iii) and (viii) (Market Research), the purpose of this notice is to: Determine the commercial practices of companies engaged in providing the needed service; Determine feasibility of use of General Services Administration (GSA) Federal Supply Schedule (FSS) Pursuant to FAR Part 8, FAR Part 12 and/or FAR Part 15 and; Determine availability of Service-Disabled Veteran Owned Small Business (SDVOSB) and VOSB set aside pursuant to FAR Part 19. This notice in no way obligates the Government to any further action. Requirement: This notice is issued by the Department of Veterans Affairs (VA), Strategic Acquisition Center, Frederick, MD (SAC-F), to identify sources capable of providing the services described in the attached DRAFT Performance Work Statement (PWS). Additionally, vendors are requested to provide comments on the draft PWS to address any potential vague or ambiguous language or provide insights into areas the Government has not considered. Anticipated NAICS Code/Size Standard: The applicable NAICS Code is 611710 Educational Support Services. The small business size standard is $16.5M. Submission Information: All responses must be submitted to Justin.Cole4@va.gov, Tanya.Sims-Williams@va.gov and Zachery.Minns@va.gov by the date listed with an email titled Instructional System Design Support Services. Responders will receive an electronic confirmation acknowledging receipt of a response but will not receive individualized feedback on any questions. If your company has the potential capability to perform these contract services, please respond to this Request for Information by providing a capability statement. The number of pages is limited to a total of 10 pages; size must be no greater than 8 1/2"" x 11"". The top, bottom, left and right margins must be a minimum of one inch each. Font size must be no smaller than 12-point. Arial fonts are required. Disclaimer: This Request for Information is for market research purposes only and does not constitute a Request for Quotation. It is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided. No basis for a claim against the Government must arise from a response to this Request for Information or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Request for Information, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised, the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Request for Information. Questions Quoters Business Questions Provide a brief corporate profile of your company to include the following: Organization's official name and dba name, if applicable; Length of time the Organization has been in business; Types of services provided by your Organization; Types of clients by industry (i.e., Federal, Commercial, Local Government, etc.); Whether the Organization is U.S. based or International; If the Organization is a subsidiary of another Organization; SAM Unique Entity ID number and CAGE number; Organization's website address; Main point of contact name, phone number, and email address; SBA size designation information and small business concern type (if applicable); Number of employees in the organization; Organization's most recent annual receipts amount as defined by the SBA. Tax Identification Number Any applicable Socio-Economical Classification(s): 8(a), HUBZone, Service-Disabled Veteran-owned, Veteran-Owned, Women-Owned and Small Disadvantaged Business. The VA anticipates the number of classes to change due to possible Federal Acquisition Institute (FAI) course updates. What contract vehicle do you recommend for this requirement? Indefinite-Delivery Indefinite Quantity (IDIQ) or Blanket Purchase Agreement (BPA)? What pricing structure do you recommend? Labor Hour and/or Optional line items? Does your organization have an existing GSA schedule for this type of requirement? What NAICS codes would your company recommend for this action? Draft RFI Questions Do you feel the requirements are clearly defined in the draft documentation provided? What information needs to be added, changed and/or reworded within the draft documentation provided to support the acquisition? What key questions do you need to see answered in a future PWS before you decide to respond to the solicitation? In what format and what kind of supporting documents would be most helpful to include as exhibits in a future PWS? Which type of resources would be required to support this task and which of these resources would you consider Key? Can you provide a rough estimated price for the requirement as demonstrated in the draft PWS? Quoter s Solution Questions: Has your company currently or in the recent past provided a similar solution? If so, please provide details on the nature of the services provided including, at a minimum, length of time; the name(s) of the organization(s); specific contractor citation and your role (prime vs/ sub). If the role was a sub-contractor, please provide your area(s) of responsibility on the contract. What do you foresee as the biggest risks in performing the tasks in the draft documentation to meet our requirements?
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0210dfe6a56e45c7855192d90a39c857/view)
- Place of Performance
- Address: TBD
- Record
- SN06298896-F 20220416/220414234152 (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 |