SOURCES SOUGHT
U -- Minority Institution of Higher Education (MIHE) and Minority Owned Small Business (MOSB) Workshop
- Notice Date
- 2/18/2011
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
- ZIP Code
- 20857
- Solicitation Number
- HHS-ASFR-OGAPA-8ASBSS-11-001
- Point of Contact
- Jolomi Omatete,
- E-Mail Address
-
jolomi.omatete@psc.hhs.gov
(jolomi.omatete@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE: Minority Institution of Higher Education (MIHE) and Minority Owned Small Business (MOSB) Workshop Description: This is an 8(a) Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) The availability and capability of qualified 8(a) small business sources;(2) whether they are 8(a) small businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether an 8(a) set-aside is possible. An organization that is not considered an 8(a) small business under the applicable NAICS code should not submit a response to this notice. The NAICS code for this project is 611430 The small business size standard is $7.0M Background: The Office of Small and Disadvantaged Business Utilization (OSDBU), Office of the Secretary (OS), U.S. Department of Health and Human Services (HHS), requires a continuation of its educational program and workshop developed to train Minority Institutions of Higher Education (MIHE) staff and minority small business (MOSB) representatives to 1) become familiar with processes and procedures associated with federal government contracting; and 2) to identify and pursue contract opportunities with the HHS. Purpose and Objectives The objective of the contract is to develop & deliver a workshop to engage, equip and inform participants of the federal procurement process, so that they become more effective in pursuing contracting opportunities at HHS. Specifically, the Contractor shall perform the following tasks: Task 1: Revise the Government's draft PowerPoint presentation to reflect current Federal Acquisition Regulations (FAR) within 20 calendar days after receipt of the template. The Government will provide a template in a PowerPoint format. Task 2: Identify Minority Institutions of Higher Education (MIHE) to host a 2-day workshop for its faculty and small business representatives in the surrounding area. The Contractor will secure space, equipment and support required to conduct the workshop. Task 3: Conduct one (1) workshop during the base year and four (4) workshops during each Option Year. Task 4: Develop and host a workshop registration tool within 30 calendar days of award of the contract. The contractor shall develop and host a website which allows participants to register for the HHS sponsored workshop. Task 5: Develop an assessment tool that participants may use to evaluate the value of each workshop. Task 6: Identify local guest speakers, partners, supporters and advocates of small business concerns and MIHE staff to participate in each workshop. Task 7: Advertise each workshop. The Contractor shall utilize various free media outlets to advertise each workshop. Task 8: Develop and submit Quarterly Activity Reports. Anticipated Period of Performance The base period will be from May 1, 2011 through September 29, 2011. There will be four (4) Option Years: Option year 1: September 30, 2011 through September 29, 2012. Option year 2: September 30, 2012 through September 29, 2013. Option year 3: September 30, 2013 through September 29, 2014. Option year 4: September 30, 2014 through September 29, 2015. Capability Statement /Information Sought Interested (8a) small business firms are highly encouraged to respond to this notice. However, firms should understand that generic capability statements are not sufficient for effective evaluation of their capacity and capability to perform the work required. Responses must directly demonstrate the company's capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Any 8(a) Small Businesses that believes that they have the ability to satisfy all of the above stated Project Requirements, and who meet the stated size standard, are encouraged to submit a capability statement. The statement will be evaluated based upon the following information: (a)Staff expertise including their availability, experience and formal and other training (b)Current in-house capability and capacity to perform the work (c)Prior completed projects of a similar nature (d)Corporate experience and management capability (e)Examples of prior completed government contracts, dollar value of those contracts, references and other related info. The remainder of the capability statement should be tailored to the Project Requirements stated previously and must demonstrate that similar work has been performed in the past. Information Submission Instructions The written response to this notice must be provided electronically to Jolomi Omatete, Contract Specialist at Jolomi.Omatete@psc.hhs.gov no later than 5:00pm Eastern Standard Time on March 11, 2011 in either MS Word, WordPerfect or Adobe Portable Document Format (PDF). Neither telephone nor facsimile responses will be accepted. All responses must be received by the specified due date and time in order to be considered. ANY RESPONSES RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. The capability Statement should not exceed twenty (20), single sided pages (including all attachments, e.g. resumes, charts), presented in single-spaced, 12-point font size minimum. On the first page of the written response, clearly state the following: 1.Company name 2.Company address 3.Technical and administrative point of contact, including names, titles, mailing addresses, telephone and fax numbers, e-mail addresses and website address 4.Company DUNS number 5.Size and type of company (e.g., 8(a), HUBZone, etc) pursuant to the applicable NAICS code, as validated via the central Contractor Registration (CCR). All respondents must register on the CCR located at http://www.ccr.gov/index.asp Questions may be forwarded to the following: Contract Specialist: Jolomi Omatete U.S. Department of Health & Human Services PSC/SAS/Division of Acquisition Management Email: Jolomi.Omatete@psc.hhs.gov Disclaimer and Important Notes This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/HHS-ASFR-OGAPA-8ASBSS-11-001/listing.html)
- Record
- SN02383554-W 20110220/110218234116-ad9bbd90aa33962c78b5005c050a78a5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |