Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOURCES SOUGHT

99 -- DOD OSC Federal Credit Program Underwriting Support Services

Notice Date
4/17/2025 12:13:13 PM
 
Notice Type
Sources Sought
 
NAICS
522390 — Other Activities Related to Credit Intermediation
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
AM010720251343
 
Response Due
5/5/2025 12:00:00 PM
 
Archive Date
05/20/2025
 
Point of Contact
Lawan D. Ferguson, Brandon Johnson, Phone: 7035453579
 
E-Mail Address
whs.ncr.ad.mbx.eosd-tab-branch@mail.mil, brandon.n.johnson24.civ@mail.mil
(whs.ncr.ad.mbx.eosd-tab-branch@mail.mil, brandon.n.johnson24.civ@mail.mil)
 
Description
Washington Headquarters Services, Acquisition Directorate Office of the Under Secretary of Defense for Research and Engineering for the Department of Defense Office of Strategic Capital Federal Credit Program Underwriting Support Services SOURCES SOUGHT NOTICE This Sources Sought Notice is being issued for market research purposes ONLY and shall not be construed as a Request for Proposal (RFP)/Request for Quote (RFQ) or as an obligation on the part of the Government to acquire any products or services. The purpose of this Sources Sought Notice is to gain knowledge on the level of interest, capabilities, and qualifications of capable vendors to include small business vendors. I. INTRODUCTION This Sources Sought Notice is being released by the Department of Defense (DoD), Washington Headquarters Services (WHS) Acquisition Directorate (AD) on behalf of the Office of the Under Secretary of Defense Research and Engineering ((OUSD(R&E)), Department of Defense Office of Strategic Capital (OSC). WHS(AD) is performing market research by issuing this Sources Sought Notice to obtain information and assist in determining the availability, interest, and capability of potential firms, to include small business vendors, to provide services for OSC Federal Credit Program Underwriting Support Services. In the future, the government anticipates awarding one or more indefinite delivery indefinite quantity contracts with an estimated ordering period of five years and a total value ranging from $175 million to $200 million. Please see attached Draft Performance Work Statement (PWS) and Draft Sponsor Pay Arrangements for specific details as it pertains to the requirements of this notice. This acquisition is a new requirement and has no prior acquisition history. II. INSTRUCTIONS A. Submission Requirements: Interested firms should submit responses to include a capabilities statement covering experience and technical capabilities. Businesses having the capabilities necessary to perform the stated requirements may submit capability statements via email to: whs.ncr.ad.mbx.eosd-tab-branch@mail.mil Responses must be submitted not later than May 5, 2025, 3:00PM Eastern Time (ET). Capability statements will not be returned. No phone calls related to this Sources Sought Notice will be accepted. All correspondence shall be via email. B. Capability Statement Requirements: Please respond to the following in your capability statement: 1. A brief three to-five-page synopsis of similar work performed and addressing the ability to provide qualified staff capable of fulfill the areas of subject matter expertise. 2. CAGE Code Number and Unique Entity Identifier (UEI). 3. Company name and address. 4. Company Point of Contact, phone number and email. 5. NAICS codes associated with the company. 6. Identify contracts your company has been awarded under NAICS - 522390 Other Activities Related to Credit Intermediation. Additional information on NAICS codes can be found at www.sba.gov. 7. Company must identify if they are a small business under the NAICS code identified for this RFI. Small business concerns must identify their small business category (Example: 8(a) Service- Disabled Veteran-Owned, HUB-zone, Small Disadvantaged, Veteran-Owned, or Women-Owned. 8. Specific examples of prior efforts same/and or similar to OSC Federal Credit Program Underwriting Support Services, as outlined in the attached Draft PWS and Sponsor Pay Arrangements. 9. Recommended/suggested NAICS codes for this effort. 10. Recommended/suggested contract type (i.e. FFP, Cost, T&M, LOE, etc.), based on the draft PWS. 11. State whether these services are commercially available, yes or no? Provide a basis for your conclusion. 12. Number of contracts currently held with the Government to include any Federal Supply Schedule listed under GSA Advantage or Government Wide Acquisition Contract (GWAC) that are similar in scope for the required services. 13. Are all the services and labor categories needed to fulfill this requirement available on your company�s GSA contract? If they are available, identify your GSA contract number. 14. Identify/recommend GWACs under which these services can be acquired based on review of the draft PWS. Identify each GWAC contract number for potential Government review. 15. Provide feedback or questions regarding the requirements of the Draft PWS and Draft Sponsor Pay Arrangements. 16. Provide the details (including approximate total contract value) of at least two (2) contracts where your company has been the prime contractor (as the sole prime contractor or as part of a joint venture) within the past three (3) years providing support services similar to the OSC Federal Credit Program Underwriting Support Services requirements and tasks. See the attached Draft PWS for details and Draft Sponsor Pay Arrangements. 17. Identify the areas in the Draft PWS that you will perform as a prime contractor and collaborate with a subcontractor and explain the reason for performing those areas identified in the Draft PWS as a prime and collaborating with a subcontractor, i.e. teaming arrangements and or joint ventures. 18. For the to-be-subcontracted PWS areas identified in the response to #17, identify the percentages that would be subcontracted to small business to perform those PWS task areas. 19. Respondents are limited to ten pages for the entire submission to include a three to five page synopsis of similar work performed. A minimum 12-point font size, left justified and one-inch margins all around. 20. Point of Contact, phone number, and emails of individuals who can verify the demonstrated capabilities identified in the responses. 21. Respondents must submit documents in the Microsoft Word Open XML Document format (.docx) or Portable Document Format (.pdf). Zipped files will be accepted, and telephone requests will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7c6593f61d1843f59f42a2d9986a7927/view)
 
Place of Performance
Address: Alexandria 22311
Zip Code: 22311
 
Record
SN07413650-F 20250419/250417230052 (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.