Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2022 SAM #7474
SOURCES SOUGHT

R -- Financial Management Operations Support Services (FMO) Ceiling Increase

Notice Date
5/16/2022 5:46:58 AM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-19-F-0319
 
Response Due
5/31/2022 7:00:00 AM
 
Point of Contact
Courtney L. Long, Phone: 4103062736
 
E-Mail Address
courtney.l.long5.civ@mail.mil
(courtney.l.long5.civ@mail.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.302-1 and DFARS PGI 206.302-1(d). This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. All interested parties should send responses and any comments/questions via email, to Courtney Long at courtney.l.long5.civ@army.mil. The deadline for response to this request is NLT 10:00 AM EST on 31 May 2022. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Contract Opportunities Section of the SAM.gov. website at https://sam.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. DISCLAIMER: �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE CONTRACT OPPORTUNITIES SECTION OF THE SAM.gov WEBSITE AT https://sam.gov. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� PURPOSE: The Deputy Assistant Secretary for Cost and Economics (DASA-CE) has a requirement for Financial Management Operations Support Services (FMO) to the Assistant Secretary of the Army (Financial Management and Comptroller) (ASA (FM&C)) on all Army cost and economic analysis activities. �The DASA-CE mission is to provide the Army decision-makers with cost and economic analysis in the form of expertise, models, data, estimates, and analyses at all levels. The period of performance for services is a twelve (12) month period beginning in September 2022, while the follow-on Army FMO is being completed. The Army Contracting Command � Aberdeen Proving Ground (ACC-APG) is issuing this sources sought synopsis to gauge industry interest, capability and relevant experience, in non-customer specific terms, as it relates to providing support services to further DASA-CE's mission. To assist with submissions, the Performance Work Statement (PWS) will be attached to this sources sought notice. Contractors must be properly registered in the Government's System for Award Management (SAM) database. SAM registration can be found at https://sam.gov/. Business Size Standard: The North American Industrial Classification System (NAICS) code is 541611, Administrative Management and General Management Consulting Services. The small business size standard is $21.5 million. As part of the sources sought response, please state if your company is a small business under this NAICS code. The Product Service Code for this requirement is R499 � Support-Professional Other Industry Day: This acquisition will not have its own industry day. Estimated Dollar Value: Not to exceed $2.5 million. Estimated Period of Performance: Twelve (12) months, beginning in September 2022. Place of Contract Performance: Contractor's Location. Contract Type: The current requirement is a Cost Plus Fixed Fee (CPFF) contract. Request for Information: Please respond to the following in Arial font size 12 in no more than 10 pages in length. 1. Point of Contact Information: Company: Address: Point of Contact: Phone Number: Email Address: CAGE Code: 2. Does your company have any Organization Conflicts of Interest? a. Describe the process used to complete an enterprise review across all businesses and affiliates to identify any governmental developmental work performed as either a prime or subcontractor. b. If there are any potential or actual OCls in your company, you will be required to submit a full and comprehensive OCI mitigation plan when you respond to the request for proposal. At this time, briefly discuss your OCI mitigation plan which should address each actual or potential OCI. 3. Please identify your company's size standard per the primary NAICS code of 541611, Administrative Management and General Management Consulting Services, and the Small Business Size Standard of $21.5 million. For more information on small business, refer to: https://www.sba.gov/document/support--table-size-standards. 4. Is your company prepared to assume financial liability for damages to Government equipment and property incurred as a result of your performance of work under this contract? Please explain. 5. Does your company possess the capabilities to provide the entire range of products and services discussed in this notice? If NO, please provide specific capabilities that you intend to provide? 6. Please provide the following information for up to 3 examples of similar work that your company has performed as a prime or a sub-contractor: Contract number(s). Aggregate dollar value of entire contract Aggregate dollar value of task orders as a prime or sub-contractor. Number of task orders as the prime or sub-contractor. Was this work similar in scope? 7. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. 8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 9. Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCMA) accounting system prior to contract award? 10. Is your company capable of having a team of contractors in place 26 August, 2022, fully on-boarded, qualified, and ready to perform the PWS tasks with no gap or interruption of services? 11. Please provide additional information that you believe we should know about your company in support of this sources sought notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/06b9b9c5594b4119bae31f04ca72fee5/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06328643-F 20220518/220516230104 (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.