SOLICITATION NOTICE
99 -- PACTS Sole Source contracts
- Notice Date
- 1/26/2015
- Notice Type
- Presolicitation
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, US-VISIT Acquisition Division, 1616 N. Fort Myer Drive, Suite 1800, Arlington, Virginia, 22209-3110, United States
- ZIP Code
- 22209-3110
- Solicitation Number
- HSHQDC-15-R-00039
- Point of Contact
- Toi Johnson, Phone: 202-447-5541, Antionette Adams, Phone: 202-447-5497
- E-Mail Address
-
Toi.Johnson@hq.dhs.gov, Antionette.Adams@hq.dhs.gov
(Toi.Johnson@hq.dhs.gov, Antionette.Adams@hq.dhs.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a pre-solicitation notice of a proposed contract action in accordance with FAR 5.201. In support of EO 13360, Service-Disabled Veterans Executive Order, the Contract Management Division (CMD), Office of Procurement Operations (OPO), within the Department of Homeland Security (DHS), plans to establish DHS department-wide Indefinite Delivery Indefinite Quantity (IDIQ) contracts for Program Management, Administrative, Clerical, and Technical Services under the program name PACTS Sole Source Contracts. These IDIQ contracts will provide a wide range of services for DHS through four (4) comprehensive functional categories (FC). These categories are 1) Program Management Services (NAICS Code 541611), 2) Administrative Services (NAICS Code 561110), 3) Clerical Services (NAICS Codes 561410, 561421, 561431), and 4) Technical Services (NAICS Code 541330). All services to be provided are non-IT related. These categories will include a full range of services, including but not limited to, financial planning and budgeting, equity and asset management, strategic and organizational planning, business process improvement, human resources, management consulting services, marketing, billing and recordkeeping, physical distribution and logistics, secretarial services, postal and mailing services, office support services, provision of advice, preparation of feasibility studies, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects and related services, etc. The services to be acquired make up a significant portion of DHS's organizational requirements. Through this procurement effort DHS plans to establish DHS-wide procurement vehicles while supporting DHS Small Business Goals by tapping into an available supply of resources in the SDVOSB community in accordance with FAR 19.14. PACTS Sole Source contracts will promote the use of performance based contracting and accommodate the issuance of task orders for the following pricing arrangements: Firm Fixed Price, T&M, and LH. Specific program or project requirements will be defined in task orders that will be competed at the functional service category level. Task orders will be competed using the Fair Opportunity provisions of the Federal Acquisition Regulation (FAR). PACTS Sole Source contracts will have a one year base and two six-month option periods. Individual task orders will have their own performance period requirements, but shall not exceed the IDIQ contract performance period. PACTS Sole Source Contracts will allow for task order performance at any location in the United States (CONUS) or outside the US (OCONUS). IDIQ contracts guaranteed minimums will be set at $250. This amount is intended to provide consideration for the IDIQ award. The scope of the contracts and the limited number of awards will provide each vendor with adequate opportunities to receive task orders. The proposed contract will be awarded using Other Than Full and Open Competition procedures citing the statute authority 41 U.S.C. 3304(a)(5) pursuant to FAR 6.302-5(b)(6), Authorized or required by statute under the Veterans Benefits Act of 2003 (15 U.S.C. 657f). This procurement effort will be set-aside for current Service-Disabled Veteran Owned Small Businesses (SDVOSB) under the current PACTS IDIQ who meet the current NAICS code size standard for the specific FC for which they currently have a PACTS contract award. The current PACTS IDIQ Contract holders are: 1. Addx Corporation, 2. Best Value Technology, Inc., 3. Centuria, 4. The Costas Group, Inc., 5. CTI, 6. Emesec, Inc., 7. HCI, 8. imPACTS, LLC, 9. Kingfisher Systems, Inc., 10. Klett Consulting Group, Inc., 11. KMEA, 12. Loch Harbor Group, Inc., 13. Longview-Fed Consulting JV, Inc., 14. LRS Federal, LLC, 15. Patricio Enterprises, 16. Savvee Consulting, Inc., 17. Serrano IT Services, 18. Solute, Inc., 19. Strategic Alliance Enterprises JV, 20. Szanca Solutions, 21. TAPE, 22. Teracore, Inc., 23. Ursa Navigation Solutions, Inc., 24. VETCO, LLC, 25. Vet-Fed Resources, Inc., 26. Veterans Enterprise Technology Solutions. This synopsis does not constitute an Invitation for Bids (IFB) or a Request for Proposals (RFP) nor does it restrict the Government as to its ultimate acquisition approach. The Government does not intend to award a contract on the basis of this notice nor will it reimburse firms for any costs associated with preparing or submitting a response to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/USVISIT/HSHQDC-15-R-00039/listing.html)
- Place of Performance
- Address: Department of Homeland Security, Multiple locations CONUS and OCONUS, Washington, District of Columbia, 20528, United States
- Zip Code: 20528
- Zip Code: 20528
- Record
- SN03624519-W 20150128/150126234347-41b5470321481e644038c867096b79ab (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 |