Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2012 FBO #3889
SOURCES SOUGHT

99 -- Sources Sought for 8(a) Companies Only

Notice Date
7/16/2012
 
Notice Type
Sources Sought
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
SA470122750001000
 
Response Due
7/20/2012
 
Archive Date
9/18/2012
 
Point of Contact
Jorge L. De Leon, 703-428-1098
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(jorge.deleon@us.army.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
This sources sought announcement is for information and planning purposes only. It is not to be construed as a commitment by the Government. A contract will not be awarded as a result of this sources sought announcement. The Army Contracting Command - National Capital Region (ACC-NCR) at Hoffman II, on Family Support Program Manager (FSPM) at each of three designated Defense Logistics Agency (DLA) installations, Family Support Programs consist of Family Advocacy Program, Sexual Assault Prevention and Response, Deployment and Reintegration and Emergency Family Assistance, provide core support for the planning, coordination, management, and provision of education and prevention programs and activities, non-clinical counseling. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 12:00 PM EST, 27 July 2012, the requirement will be solicited as a 8(a) Competitive set-aside for small business concerns in accordance with FAR Part 19. Only 8(a) small businesses are to submit capability packages. Interested 8(a) small business concerns in NAICS code 624190 with a size standard of $7 million are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the Performance Work Statement (PWS). Capability packages must not exceed 10 pages and must be submitted electronically. All contractor questions must be submitted (via email to Jorge.L.Deleon.civ@mail.mil and Emmanuel.C.Abban.civ@mail.mil no later than 4:00 PM EST, 20 July 2012. 8(a) Small business concerns are to outline their experiences. Areas or tasks where a contractor does not have prior experience should be annotated as such. Please see the following questions: a.What experience does your company have with providing Family Support Programs consist of Family Advocacy Program, Sexual Assault Prevention and Response, Deployment and Reintegration and Emergency Family Assistance? (PWS C.1.3) b.What experience does your company have core support for the planning, coordination, management, and provision of education and prevention programs and activities, non-clinical counseling? (PWS C.1.4) c.What is your company's working knowledge professional standards and ethics regarding the delivery of the Family Support Programs, to include Family Advocacy, Sexual Assault Prevention and Response, Deployment and Reintegration Family Support and Family Assistance Center (or sometimes known as Emergency Family Assistance) services? (PWS C.1.11.6.1) In addition, the following questions must be answered and elaborated on as part of the package: (d) Past Performance - Does your firm have relevant past performance within the last three years? (Include contract numbers, contract type, dollar value of each procurement, point of contacts, and a brief description of the work performed.) (e) Corporate Experience - Does your firm have work experience similar in nature, scope, complexity, and difficulty of work described in the PWS? To assist us in maintaining a list of interested 8(a) small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Mr. Jorge L. De Leon and Mr. Emmanuel C. Abban for this procurement. A Firm Fixed Price contract line items (CLINs) for services and Cost Reimbursable/ Other Direct Cost CLINs for Travel is anticipated. The anticipated period of performance will be for one (1) base year and four (4) option years. The place(s) of performance for the Family Support Program Manager are at: The Defense Supply Center Richmond, VA, Defense Supply Center Columbus, OH and Defense Depot San Joaquin, CA (Services shall be provided to both Tracy, CA and Stockton, CA). A written Request for Proposal (RFP) will be posted on or about 1 August 2012. The RFP must be retrieved and downloaded from the Federal Business Opportunities internet site (https://www.fbo.gov/). No hard copies of the RFP will be issued. All amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POCs identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. The POC's for this requirement are Mr. Jorge L. De Leon (Contract Specialist) at Jorge.L.Deleon.civ@mail.mil and Mr. Emmanuel Abban, (Contract Specialist) at Emmanuel.C.Abban.civ@mail.mil Telephone inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c58f4d7638fe2c519628e75d97b03607)
 
Place of Performance
Address: Army Contract Command - National Capital Region (ACC-NCR) 200 Stovall Street, 2nd Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02804028-W 20120718/120716235114-c58f4d7638fe2c519628e75d97b03607 (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 |
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.