Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2017 FBO #5872
SOURCES SOUGHT

R -- DOL NCC Quality Assurance Support - DRAFT Statement of Work

Notice Date
12/19/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Office of Procurement Services, 200 Constitution Avenue, NW, S-4307, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
1608DOLNCCFY2018
 
Archive Date
1/18/2018
 
Point of Contact
Antoinette Ingram, Phone: 2026934583, Rachel E. Johnson, Phone: 2026937969
 
E-Mail Address
Ingram.Antoinette.H@dol.gov, Johnson.Rachel.E@dol.gov
(Ingram.Antoinette.H@dol.gov, Johnson.Rachel.E@dol.gov)
 
Small Business Set-Aside
HUBZone
 
Description
RFI Questions Sample Customer Service Representative (CSR) Staff Count DRAFT Statement of Work (SOW) REQUEST FOR INFORMATION US Dept of Labor/Office of Public Affairs 1.0 DESCRIPTION 1.1 The United States Department of Labor (DOL), Office of Procurement Services (OPS), in support of the Office of Public Affairs (OPA), is seeking information from qualified HUBZone small businesses that can provide a non-personal services contract for Quality Assurance (QA) services for the U.S. Department of Labor National Contact Center (DOL-NCC). 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the DOL is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. 2.0 REQUESTED INFORMATION The requested information is a response from the small business industry as follows: (1) Question 1: Whether or not a HUBZone small business can provide the breadth of services. (2) Question 2: If the answer to number (1) above is "no," present how your HUBZone small business could provide these services as a prime-contractor (3) Question 3: Submission of questions as it relates to the Draft SOW. 3.0 DOL-NCC Quality Assurance Questions Eight (8) additional questions are attached for vendor response - Not to Exceed five (5) pages, Times Roman, 12 Font. 4.0 RESPONSES 4.1 Interested parties are requested to respond to each of the sections above in a Microsoft Word Document with a five (5) page limit. All responses shall be in Times New Roman and 12 point font with standard margins of 1.0 inches. (1) Question 1 shall be a one-word answer with a brief explanation (not to exceed 1 page). (2) Question 2 shall provide your company's recommended approach to partnerships, sub-contracting activities. Respondents shall provide any information will allows the Government to understand your company's capabilities and its recommended approach (not to exceed 2 pages) (3) Question 3 is industry's opportunity to present questions as it relates to the SOW (not to exceed 2 pages) 4.2 Response are due not later than 3 January 2018, 12pm (est). Responses shall be limited to the page limitation set forth above and shall be submitted via e-mail only to Antoinette Ingram at (Ingram.Antoinette.H@dol.gov). Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. 4.3. Section 1 of the submission shall provide administrative information, and shall include the following as a minimum: 4.3.1. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. 4.3.2. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541611 - Administrative Management and General Management. "Small business concern" means a concern, including its affiliates that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria and size standards in 13 CFR part 121. A small business concern for the purposes of this procurement is generally defined as a business operating under NAICS Code 541611annual receipts that fall under this NAICS code. Annual receipts of a concern that has been in business for 3 or more complete fiscal years means the annual average gross revenue of the concern taken for the last 3 fiscal years. Annual receipts of a concern that has been in business for less than 3 complete fiscal years means its total receipts for the period it has been in business, divided by the number of weeks including fractions of a week that it has been in business, and multiplied by 52. Respondees are cautioned, however, that this is a general description only. Additional standards and conditions apply. Please refer to Federal Acquisition Regulation FAR 19 for additional detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 4.4 Section 2 of the submission shall address each of the questions as specified in Sections 3.0 and 4.0. 5.0 INDUSTRY DISCUSSIONS DOL representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 QUESTIONS Questions regarding this announcement shall be submitted in writing by e-mail to the POCs listed above. Verbal questions will NOT be accepted. Questions will be answered by posting answers to FedBizOpps. Accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after _26 December 26, 12 Noon (est)_will be answered. 7.0 SUMMARY THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide services as outlined in the attached DRAFT SOW. The information provided in the RFI is subject to change and is not binding on the Government. The DOL has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/1608DOLNCCFY2018/listing.html)
 
Place of Performance
Address: 200 Constitution Ave., NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN04771253-W 20171221/171219231443-6c94385ecbd345c982ed32c1786eb383 (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.