Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 18, 2025 SAM #8544
SOLICITATION NOTICE

R -- Continuous Process Improvement Support Services

Notice Date
4/16/2025 11:23:41 AM
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
TH072420241658
 
Archive Date
05/17/2025
 
Point of Contact
WHS/AD FOMB Team
 
E-Mail Address
whs.pentagon.ad.mbx.fomb@mail.mil
(whs.pentagon.ad.mbx.fomb@mail.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Agency: Washington Headquarters Services, Acquisition Directorate Location: Pentagon Reservation, Mark Center, Crystal City Project Title: Continuous Process Improvement Support Services NAICS Code: 541611 - Administrative Management and General Management Consulting Services � Small Business Size Standard $24.5M Product Service Code: R408 Support - Professional: Program Management/Support Type of Contract: A firm-fixed-price contract type Incumbent: Copper River Technologies, LLC (HQ003419D0015 & HQ003425CE007) Administrative Information: THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE. This notice is issued solely to inform vendors of the current status of the requirement and does not constitute a solicitation or a request for information. Responses or questions to this notice will not be returned. No meeting request, phone calls or capability briefings will be accepted. Information in this notice is subject to change. Small Business Administration (SBA) Coordination: Per DFARS PGI 219.804-2(1)(i), WHS received acceptance for a follow-on to an 8(a) requirement on April 15, 2025. Acquisition Strategy: Competitive acquisition as an 8(a) Set Aside pursuant to FAR 19.504(3) Orders under multiple-award contracts and IAW FAR 8.405-2 Ordering procedures for services requiring a statement of work. The solicitation will be posted via GSA E-Buy to at least three (3) 8(a) contract holders. The anticipated GSA SIN is 541611 Management and Financial Consulting, Acquisition and Grants Management Support, and Business Program and Project Management Services. Description of Requirement: This is a non-personal services contract to provide the Washington Headquarters Services (WHS) Facilities Services Directorate (FSD) Space Portfolio Division (SPD) with Integrated Continuous Process Improvement (CPI), Business Process Reengineering (BPR) and Organizational Efficiencies Support Services. Background: Operating under the umbrella of the Director of Administration & Management (DA&M) at WHS, SPD is a key component of the FSD for Office of the Secretary of Defense (OSD). The SPD plays a critical role in supporting the Department of Defense (DoD) by offering strategic and operational services essential to achieving the mission objectives set forth by the OSD. SPD specializes in providing subject matter expertise and services tailored to meet the evolving needs of the DoD mission, particularly in the acquisition and management of a diverse portfolio of space and real property assets. The services required span across professional and administrative domains. Scope: The Contractor shall develop/provide an internal capability to support a full range of required Integrated CPI, BPR and Organizational Efficiencies Support Services for the Director, SPD and all supporting directorates. The Contractor shall assist the Government in evaluating new technologies, applying those new technologies, technical specifications, system architectures, and operational requirements in support of SPD�s mission. The Contractor shall provide support services to meet the PWS requirements and initiatives including, information assurance engineering, technical writing, graphic support, cost estimating, funding analysis, database management, configuration management support, integrated master scheduling, project management, and contract pre-award and post-award administration support. The primary services required for the follow-on effort are Program Management Support, Project Management Support, Documentation Support, Business Process Development Support, Administrative Support, and Real Estate Portfolio Management Support. Security Requirements: The Contractor shall possess a Secret facility security clearance (FCL) from the Defense Counterintelligence and Security Agency (DCSA) prior to proposal submission in order to receive an award and shall maintain that level of FCL for the life of the award. Contractor personnel performing work under this contract shall be able to obtain a Secret personnel security clearance (PCL) at time of award and shall maintain that level of PCL for the life of the contract. Period of Performance: The period of performance will include a one-year base period with four one-year option periods, and one six-month option period. Period of Performance start date is August 1, 2025 Anticipated Award Date: July 25, 2025 Place of Performance: The Pentagon Reservation and/or other Government owned or leased facilities within the NCR.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce059344d6004a82810f60b8d66db8a6/view)
 
Place of Performance
Address: Washington, DC 20301, USA
Zip Code: 20301
Country: USA
 
Record
SN07410552-F 20250418/250416230047 (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.