Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2015 FBO #4993
SOURCES SOUGHT

R -- BUREAU OF CONSULAR AFFAIRS (CA) PRE-AWARD AND POST-AWARD AND ACQUISITION SUPPORT (PPAS)

Notice Date
7/24/2015
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of State, Office of Acquisitions, Bureau of Consular Affairs - General Services Division, 600 19th Street NW, Washington, District of Columbia, 20431, United States
 
ZIP Code
20431
 
Solicitation Number
SAQMMA-15-CA-0002
 
Point of Contact
Nicole L. Mazkour, Phone: 202-485-7394
 
E-Mail Address
MazkourNL@state.gov
(MazkourNL@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Description: Sources Sought Notices (herein referred to as a Request for Information) are issued by the Department of State when performing market research to determine industry interest and capabilities. The Department of State is interested in the capabilities of small businesses to perform the services, and is particularly interested in the capabilities of HUBZone small business and strongly encourages responses from those businesses. This is a Request for Information announcement only. This is not a solicitation or request for proposal and in no way commits the Government to award a contract. The Government does not intend to award a contract(s) based solely on the submission of this Request for Information nor does it intend to pay for any costs incurred in response to this announcement. The Department of State reserves the right to terminate this request and change its requirements if needed. Responding to this Request for Information does not guarantee participation in future Department activities. Background: The Office of Acquisitions Management (AQM) procures goods and services for the Bureau of Consular Affairs (CA). CA has a need to purchase Non-IT and IT Pre-Award and Post-Award and Acquisition Support (PPAS) in order to assist in the preparation and facilitation of contract actions. CA requires a single contractor with a coordinated approach to ensure that CA’s contracts efficiently route through DoS’s contracting procedures. These services are procured under a single contract for reasons of data security and economies of scale. OBJECTIVES OBJECTIVE 1 – Pre-Award Acquisition Support and Technical Writing Assistance The Contractor shall: a. Provide high quality technical writing support for acquisition related activities; b. Coordinate and meet with government stakeholders to understand and collect technical data needed to produce rational and appropriate contracting recommendations; c. Conduct market research analysis to use for acquisitions strategy development; d. Assist in the development of acquisitions strategies and acquisitions plans; e. Coordinate with and assist AQM in the development of acquisition milestones; f. Provide program offices other acquisition related documentation support; g. Assist in the development of various sections of a solicitation package; h. Assist in the writing of proposal preparation instructions and evaluation criteria; i. Assist in the development of the source selection evaluation plan; j. Coordinate and attend meetings with senior-level government managers, and other Department stakeholders (i.e., AQM) that can provide technical information for all contracting efforts; k. Participate in sessions to capture requirements from Directorate-level customers; l. Travel to government sites (domestic and overseas) for fact finding and evaluation of services in order to develop acquisitions documents; m. Provide advisory assistance during source selections, including providing advisory assistance to the Technical Evaluation Team (TET), assist in the response to vendor questions related to the solicitation package, participate as an advisor and non-voting member on the TET, and assist with preparing the TET report; n. Enter draft Purchase Requests into the DoS Integrated Logistics Management System (ILMS); o. Conduct cost analysis with direct insight from the government or working groups in order for the government to prepare an Independent Government Cost Estimate (IGCE); and, p. Perform other acquisition related technical writing assistance functions, as required. OBJECTIVE 2 – Post-Award Contract Administration and Finance Support The Contractor shall: Assist in performing contract administration functions in accordance with 48 CFR Chapter 1 and Chapter 6, the contract terms, and the applicable policies and regulations of the DoS; Assist Contracting Officers (COs) and Contracting Officer Representatives (CORs) in the implementation of statements of objectives, performance based acquisitions, quality assurance surveillance programs, etc.; and, Track project spending through invoicing, purchase card receipts, and other financial records. Be responsible for budget planning, tracking and analysis, to include assisting in the development of CA’s operating budget, tracking of commitment, obligation and unliquidated obligations, financial tracking and reporting in compliance with the FAR, FMR and Department of State, reviewing, analyzing and monitoring financial statements for budget revision and spending control; Work with other DoS organizations, such as but not limited to AQM, CA/C, eGovPMO, CA/EX, etc. to perform budget sight activities; shall provide Knowledge Management support to ensure standardization in data gathering, storage, content management, knowledge sharing, and information continuity for all work OBJECTIVE 3 – Management Support The Contractor shall: a. Manage/supervise the contractor staff; b. Provide acquisition-related briefings/presentations to DoS managers; c. Ensure the contract staff are fully productive and fully qualified to perform the work; d. Develop weekly reports on pre-award and post-award activities; e. Ensure the contract deliverables are accurate and timely; f. Provide expert advice on acquisition policies, regulations, and procedures; g. Recommend innovative acquisition strategies to improve DoS acquisition processes; h. Attend working-level meetings; i. Gather information to prepare and coordinate clearance on information/action memorandums; and j. Approach for remaining compliant with all established regulations, guidelines, policies, and procedures, and adapting to regulation changes. k. Approach for communicating individual task requirements, resolving technical service and personnel issues, and managing communications among the Contractor, the Government, and other contractors l. Perform other acquisition related management support functions, as required. 2. CONSTRAINTS AND COORDINATION The following constraints and coordination apply to this requirement: · Requires all documents and advisory assistance be in compliance with the Federal Acquisition Regulation (FAR), Code of Federal Regulations (CFR), and the Department of State Acquisition Regulation (DOSAR). · Requires all documents and advisory assistance be in compliance with the Foreign Affairs Manual (FAM) 14-FAM Logistics Management- 200 Acquisitions. · Requires all documents and advisory assistance be in compliance with the Bureau of Administration’s Office of the Procurement Executive’s Policies and Procurement Information Bulletins (PIBs). · Requires all documents and advisory assistance be in compliance with the Bureau of Administration’s Office of Logistics Management, Office of Acquisitions Management’s procedures. · Requires the advisory staff to be highly experienced in implementing all of the aforementioned regulations and policies. · Requires an Organizational Conflict of Interest Mitigation Plan Tentative Facility Clearance Requirement: TOP SECRET Tentative Facility Location Requirement: Within a 50-mile radius of Washington, D.C. metropolitan area (to reduce travel and administrative costs) MARKET RESEARCH - REQUEST FOR INFORMATION (Capability Statement) Instructions: 1. The Request for Information (Capability Statement) response should be concise and focused and not exceed four (4) pages excluding cover pages, table of contents etc. 2. Sale brochures, videos, and other marketing information materials are not solicited and will not be reviewed. 3. Do not submit cost or price information with the response. 4. Interested companies shall submit an electronic copy of their capability statements via email to MazkourNL@state.gov. The due date and time for submission of responses is 11:00 AM (EST) August 3, 2015. 5. No phone calls related to this Request for Information will be accepted. All correspondence shall be via email. MARKET RESEARCH - CAPABILITY STATEMENT REQUIREMENTS A viable interested party shall demonstrate, in any capability statement submitted, the company's capabilities to meet the performance objectives and the customer's requirements. A viable interested party shall provide relevant, applicable examples of previous work or solution implementations, to include client points of contact. Content: Company and Contact Information: 1. Company Name and Address; 2. Contact Name, Title, Phone Number, Fax Number, and eMail Address; 3. Organizational history brief and capabilities statement; 4. Geographic location(s) of office(s) and number of employees at each domestic and international location; 5. Current Facility Clearance Level; 6. General Services Administration (GSA) MOBIS Schedule Contract Number(s); and, 7. Small and Disadvantaged Business categorization(s) under NAICS Code listed on this notice Capabilities: Business 1. Provide a summary of your company's relevant experience in providing a full range of business requirements analysis, validation and enhancement services, as outlined in the Objectives stated above; 2. Provide a summary of your company's relevant experience in providing services of these types to an organization of similar size to the Bureau of Consular Affairs; and, 3. Provide a summary of your company's ability to hire and maintain qualified staff, handle personnel issues, assemble high quality staff to fill immediate requirements and provide staff with all the necessary support and oversight.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e4ce2f1fc6a2db1281b09b6ab562e4b0)
 
Place of Performance
Address: Contractor's facility and 600 19th St NW, Washington, DC 20006, Washington DC, District of Columbia, 22206, United States
Zip Code: 22206
 
Record
SN03809986-W 20150726/150724235419-e4ce2f1fc6a2db1281b09b6ab562e4b0 (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.