Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2023 SAM #7752
SOURCES SOUGHT

R -- Royalty Auditing Services

Notice Date
2/15/2023 8:06:34 AM
 
Notice Type
Sources Sought
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
COMMANDER, MCINCR-MCBQ QUANTICO VA 22134-5028 USA
 
ZIP Code
22134-5028
 
Solicitation Number
M00264-23-RFI-0012
 
Response Due
2/24/2023 8:00:00 AM
 
Point of Contact
Genia Fouts, Michael Bogatyr
 
E-Mail Address
genia.fouts@usmc.mil, michael.bogatyr@usmc.mil
(genia.fouts@usmc.mil, michael.bogatyr@usmc.mil)
 
Description
SEE ATTACHED DOCUMENT FOR ENTIRE REQUEST FOR INFORMATION (RFI) NOTICE. THIS IS A REQUEST FOR INFORMATION (RFI) NOTICE ONLY. This is not a solicitation or Request for Quote/Proposal/Bid and no contract or purchase order will be awarded as a result of this notice. The anticipated North American Industry Classification System (NAICS) for this requirement is 541219, Other Accounting Services. The Product Service Code (PSC) for this requirement is R704, Support: Management Auditing. The Marine Corps Installations National Capital Region, Regional Contracting Office (MCINCR-RCO), Marine Corps Base, Quantico, VA is seeking information for Royalty and Licensing Compliance Auditing on behalf of the United States Marine Corps Trademark Licensing Office. The objectives of this requirement are: Royalty audit of a Licensee (user of a USMC owned trademark) is paying the Licensor (USMC) the correct amount of royalty or licensing fees and the selling of approved products through approved distribution channels and approved manufacturers. Licensee's compliance with the Licensor�s (USMC) owned trademarks royalties and other agreements terms are being adhered to correctly. REQUIRED CAPABILITIES: See the attached Performance Work Statement (PWS) draft. Interested vendors are notified this is a draft and is not the finalized PWS. VENDOR RESPONSE SUBMISSION: Feedback on this requirement is encouraged. This is a market research tool used to identify market capability and solutions (to include performance work statement revisions), as well as the availability and adequacy of potential small business sources prior to determining the method of acquisition and issuance of award. The Government is not obligated to and will not pay for any information received from potential sources as a result of this notice. Information submitted by respondents to this notice is strictly voluntary. It is requested that companies submit answers to the MCINCR-RCO at the below email address. A vendor�s response should address, at a minimum the following: Name of Organization, Unique Entity ID (UEI), CAGE Code, Telephone Number, Address, and Email address for primary point of contact. Also provide the organization�s size status and socioeconomic status that applies; Appropriate NAICS code and PSC (if other than what is listed above) for the services described in this notice with an explanation as to why this code(s) would be a better supported option; Description of your organization�s capabilities / experience with regards to the draft PWS requirements. This description should demonstrate ability to perform the services in the draft PWS. Maximum length: 2 pages. Contract vehicles (GSA Federal Supply Schedule, GSA GWAC, or any other Government Agency contract vehicle), of which your business is a contract holder, for these services. (Lack of does not preclude a business from responding to this notice.) Answers to the below specific questions regarding the requirement;� � � � � � a. What additional information do you need to propose FFP for this requirement? � � � � � b. What areas of the requirement seem restrictive? Why? What are your suggestions to make� � � areas less restrictive? � � � � � c. What areas of the requirement seem vague? Why? Please identify what they are and a recommended remedy. � � � � � d. What obstacles would prevent your business from submitting a future quote for this requirement? What is/are the solution(s)? � � � � �e. Are the required services considered professional or are they subject to the Service Contract Act? � � � � �f. What are some industry norms for procuring these services? Please provide examples, details, and/or explanations. � � � � g. Since this is commercial services, the resulting contract would be fixed price, as cost reimbursement only applies to non-commercial services/supplies and is prohibited for use with commercial services/supplies. Is your company able to quote fixed prices for the required services? Does your company have any suggestions on line item structure? (Note: companies are encouraged to share contract numbers of contracts you may have with the Government to support line item structure suggestions). While we are not requesting quotes, is your company able to provide a rough order of magnitude for budgetary purposes? � � � �h. Does your company have any questions or recommendations regarding the required services outlined in this RFI? Please provide them in your response so that we may consider them. Vendors who wish to respond to this notice should send its response via email no later than 24 February 2023, 11 AM Eastern Time to genia.fouts@usmc.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ebf8fa8dd10b447f8893400ccbee4d34/view)
 
Place of Performance
Address: Quantico, VA 22134, USA
Zip Code: 22134
Country: USA
 
Record
SN06593029-F 20230217/230215230119 (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.