SOURCES SOUGHT
R -- DEERS/ RAPIDS Common Access Card (CAC) Support Services - Sources Sought Synopsis Documents
- Notice Date
- 11/5/2015
- Notice Type
- Sources Sought
- NAICS
- 561110
— Office Administrative Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Sam Houston (JBSA), 2205 Infantry Post Road, Bldg. 603, Fort Sam Houston, Texas, 78234-1361, United States
- ZIP Code
- 78234-1361
- Solicitation Number
- W9124J-16-R-DEER
- Archive Date
- 11/28/2015
- Point of Contact
- Erik M. Robertson, Phone: 2108086491
- E-Mail Address
-
erik.m.robertson.civ@mail.mil
(erik.m.robertson.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Requirements Summary (PRS) Performance Work Statement (PWS) Sources Sought Synopsis SOURCES SOUGHT SYNOPSIS (SSS) THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a non-personnel services contract to provide Defense Enrollment Eligibility Reporting System (DEERS)/ Real-Time Automated Personnel Identification System (RAPIDS) Military Identification Card/ Common Access Card (CAC) issuance at 30 locations throughout the continental United States and its territories, on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 561110 " Office Administrative Services ", with a size standard of $7.0 million dollars. A continuing ne ed is anticipated fo r the DEERS/RAPIDS CAC issuance. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data. Please provide your response to this SSS at your earliest convenience but not later than 13 November 2015 at 3:00 P.M., Central Standard Time (CST). Responses to this announcement after 13 November 2015 at 3:00 P.M CST will not be considered. Responses to this SSS shall be submitted electronically via e-mail to: erik.m.robertson.civ@mail.mil. The subject of your email must include your company's legal name, the nature of your email and include the SSS Number W9124J-16-R-DEER. For example, the subject of your email should be similar to the following: a) Company XXXXX Completed SSS Number W9124J-16-R-DEER In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Provide information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirement(s) (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Indicate if your firm possess a Secret Facility Clearance? If yes, how long did it take your firm to possess such clearance? 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Provide any recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. The Government will not respond to any questions or suggestions submitted for this SSS; however, they may be used to formulate the acquisition strategy.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a8c03b083cfb3d4fa3983c0e0a784ab8)
- Place of Performance
- Address: Contract will be performed in thirty (30) locations throughout the continental United States and its territories., United States
- Record
- SN03939126-W 20151107/151105234344-a8c03b083cfb3d4fa3983c0e0a784ab8 (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 |