Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2017 FBO #5808
SOURCES SOUGHT

42 -- CRT-HDU Support Services - Sources Sought Notice - Draft PWS

Notice Date
10/16/2017
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HQ0034-18-R-0004
 
Archive Date
11/4/2017
 
Point of Contact
Andrea M. Montgomery,
 
E-Mail Address
Andrea.M.Montgomery.civ@mail.mil
(Andrea.M.Montgomery.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft PWS Sources Sought Notice Sources Sought CRT/HDU Support Services PENTAGON FORCE PROTECTION AGENCY (PFPA) CBRNE RESPONSE TEAM (CRT) Hazardous DEVICE UNIT (HDU) I. Introduction This Sources Sought announcement is for information purposes only; it is not to be construed as an obligation on the part of Washington Headquarters Services (WHS), Acquisition Directorate (AD). In order to proactively plan for a future requirement, WHS/AD is conducting market research to locate qualified, experienced and interested small businesses (e.g., 8(a), service-disabled veteran owned, HUBzone, small disadvantaged, veteran-owned, and women-owned) to provide logistics support, procurement of equipment and supplies, inventory management, equipment maintenance and repair, and responder proficiency management for PFPA. Please see the Draft Performance Work Statement (PWS) that outlines the description of services that are required. Currently, this requirement is being contracted through a WHS/AD contract vehicle. The contract number is HQ0034-13-F-3525 and the incumbent is Gryphon Scientific, LLC. The purpose of this Sources Sought is to gain knowledge of interest, capabilities and qualifications for vendors. Responses will not be considered as proposals, nor will any award be made to interested parties in responding to this Sources Sought announcement. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. No reimbursement will be made for any costs associated with providing information in response to this announcement. Any information submitted by respondents is strictly voluntary. This acquisition has an estimated value of $20,000,000.00. For this requirement, the Contractor personnel must be able to acquire and maintain a SECRET security clearance while performing all related tasks to this requirement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is NAICS: 541690 Other Scientific and Technology Consulting Services. The estimated period of performance is for a base period of twelve (12) months with four (4) twelve (12) month option periods. Instructions Interested businesses having the capabilities necessary to perform the stated requirements may submit capability statements with the information requested below via email to the Contract Specialist, Andrea Montgomery, at andrea.m.montgomery.civ@mail.mil. Responses must be submitted no later than Friday, October 20th, 12:00 PM, Eastern Time (ET). Capability statements will not be returned. Please provide the following information: 1. DUNS and CAGE Code Number. 2. Company Name. 3. NAICS codes associated with the company. 4. Company Address. 5. Company Point(s) of Contact, Phone Number(s) and Email Address(es). 6. Company must identify if it is a small or large business for the applicable NAICS code and any other NAICS codes associated with the company. A small business company must identify its small business category/categories (e.g. 8(a), service-disabled veteran owned, HUBzone, small disadvantaged, veteran-owned, or women-owned). 7. Company must identify all contract vehicles available (e.g. GSA, OASIS). After review of the draft PWS: 8. Company must state if it is capable of performing (ALL OR ANY OF) these requirement(s) as a prime contractor or subcontractor or under a teaming arrangement. 9. Types of contracts your company has been awarded and specific examples of prior efforts similar to the work proposed in the Draft PWS. Please identify the applicable NAICS Code used for the particular efforts. 10. Please provide concurrence of the applicable NAICS Code (541690) or a recommendation for the NAICS code that should be used for this effort. 11. Please provide a recommendation for the type of contract (firm-fixed-price, time & materials, labor hour, IDIQ, etc.) that should be used for this effort. 12. Please provide the number of contracts currently held with the Government, contract numbers, and NAICS for each contract. 13. Please provide point(s) of contact, phone number(s), and email address(es) of individuals who can verify the performance of previous contracts held with the Government. 14. Respondents should also include a statement about whether or not they have personnel who can maintain a SECRET Security Clearance. 15. Respondents are limited to 8 pages. A minimum 12-point font, left-justified, and one-inch margins all-around format must be used. 16. Respondents must submit documents in Microsoft Word or PDF format. No Zipped files will be accepted. No telephone requests will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-18-R-0004/listing.html)
 
Place of Performance
Address: Arlington, VA, Arlington, Virginia, United States
 
Record
SN04714383-W 20171018/171016230954-4c649c841ddfe8de76c28f1d71977b61 (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.