Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 20, 2024 SAM #8089
SOURCES SOUGHT

R -- Real Estate Programs and Operational Technical Services (POTS)

Notice Date
1/18/2024 1:03:53 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
W4LD USA HECSA ALEXANDRIA VA 22315-3860 USA
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ24S0017
 
Response Due
1/24/2024 12:00:00 PM
 
Archive Date
02/08/2024
 
Point of Contact
Doug Pohlman, Phone: 7034286420, Giorgiana Chen, Phone: 7034287131
 
E-Mail Address
douglas.e.pohlman@usace.army.mil, Giorgiana.Chen@usace.army.mil
(douglas.e.pohlman@usace.army.mil, Giorgiana.Chen@usace.army.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
The U.S. Army Corps of Engineers (USACE), Humphreys Engineer Center Support Activity (HECSA), is expecting to issue a soliciting for Real Estate Programs and Operational Technical Services (POTS). The purpose of this DRAFT Performance Work Statement (PWS) is to gather industry comments, suggestions or questions before the release of the solicitation. This notice is for market research purposes only with the intent to identify vendors that are interested and capable of performing the requirements listed in the attached DRAFT PWS. The applicable NAICS code for this requirement is 541511 � Custom Computer Programming Services. � This is a HUBZone set aside. The Government is interested in the availability of HUBZone companies capable of performing the requirements listed in the Draft Performance Work Statement. In response to this email, please provide the following information: Name of the firm point of contact, phone number, email address, CAGE code, SAM UEI number, small business status as listed in the System for Award Management and the corresponding NAICS code. Company's technical capability to perform a contract of this scope and complexity to include, but not limited to: Comments on the attached draft PWS. Demonstrate your company has the resources, personnel, and equipment necessary to perform the required services described in the draft PWS.� Provide 3 examples of similar projects in terms of scope, size and complexity provided to any Federal Government customer and brief description for each example. Identify challenges and risks associated with meeting the requirements listed in the draft PWS and how your organization would minimize those risks. Can your company provide corporate/commercial experience references that maps back to similar scope, complexity and magnitude? Does your company currently hold or in the process of obtaining any accreditations such as the following commercial certifications?� International Organization for Standardization (ISO) 9001:2015 (Quality Management), ISO 27001 (Information Security Management), and Capability Maturity Model Integration (CMMI) in Development at Level 3. �Does your company hold an active Facility Security Clearance Level (FCL) at the Secret level?� Describe your company�s ability to manage engineering resources in occasions where you will have to support additional resource loading due to multiple and conflicting requirements in a short period of time. A rough order of magnitude estimate for the entire project. Other Considerations: If there anything else your company believes the Government should consider prior to releasing a formal solicitation? Please respond to this request no later than 3:00 PM ET on 22 January 2024. Responses can be submitted via email to both Mrs. Giorgiana Chen, Contracting Officer Giorgiana.Chen@usace.army.mil and Mr. Douglas Pohlman, Contracting Officer Douglas.E.Pohlman@usace.army.mil. RFI questions are due by 3:00 P.M. ET on 16 January 2024. ************************** The purpose of Amendment 1 is to extend the response due date from 1/22/2024 @ 3:00PM ET to 1/24/2024 @ 3:00PM ET. All other terms and conditions of the notice stay the same.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b75b388e0a1e4bca8d27b0e8546dfd54/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06939391-F 20240120/240118230053 (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.