MODIFICATION
R -- ONLINE RECRUITMENT RESOURCES
- Notice Date
- 9/17/2018
- Notice Type
- Modification/Amendment
- NAICS
- 611710
— Educational Support Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - West Point, 681 Hardee Place, West Point, New York, 10996-1514, United States
- ZIP Code
- 10996-1514
- Solicitation Number
- W911SD-18-R-0229
- Archive Date
- 10/6/2018
- Point of Contact
- Patricialee A Pomarico, Phone: 8459386473
- E-Mail Address
-
patricialee.a.pomarico.civ@mail.mil
(patricialee.a.pomarico.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for ONLINE-RECRUITMENT RESOURCES on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source Firm Fixed Price contract to CAPPEX. for ONLINE-RECRUITMENT RESOURCES. The statutory authority for the sole source procurement is Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The requested ONLINE RECRUITMENT RESOURCES shall have a track record of at least 47% of all college-bound seniors utilizing their platform to discern their college match. The platform shall have the capability to deliver students inquiries to subscribers institutions based on candidate profile and search goals. The student will pass through their "Mutual Opt-In" process in order to initiate communication with West Point. Each applicant will be matched with West Point based on criteria they have submitted for themselves and search criteria that our school has designated. Once a match is created the student will confirm interest in order to release his/her information and West Point will receive their profile information and be allowed to contact the individual. After completion of each level of match qualification the student will enter the platform's unique communication plan with West Point. Throughout the process they will receive personalized, targeted communication through the following: i. Initial Outreach Message ii. An automated email response iii. NextConnect Action Driver iv. Video Selection v. Regional Event Plan Emails It will include the following: a. Unlimited campaigns b. Social media connect: Drives students to our social networking pages from within their portal. This includes any and all social sites we are using. c. Embedded video d. Regional event emails: send emails to students in a given geographic region e. Video Inquiry Package: will allow us to post unlimited videos on our portal f. Counselor Connect Email: Reaches 13,000+ participating counselors with our message g. Core and targeted campaigns (unlimited) h. Weekly inquiry delivery (customizable) i. Automated email response j. NextConnect k. Enhanced Branding (to increase awareness of the institution) l. Dedicated Account Manager m. Two school overlap for converts The anticipated period of performance will be one bae year with one 3 year option. Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged. The anticipated NAICS is 611710 with a Small Business Size Standard of $15.0 Million. Interested respondents should submit a brief capabilities statement package (no more than 5 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firm's ability to provide the services listed. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, submissions must include the following: 1. Title of the requirement, Company Name, Address, and POC. 2. Company profile to include DUNS number/CAGE Code, and a statement regarding current small business status to include small business type (s)/certification(s) such as: SDB, 8a, HubZone, SDVOSB, etc. 3. A description of qualifications, capabilities, and experience providing these services. 4. State the time (days) necessary for your firm to begin performance after award. This notice 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. 3. 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. 4. Information in sufficient detail regarding proposed product that demonstrates compatibility that will facilitate making a capability determination. 5. Information to help determine if the requirement item is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach to acquiring the identified items/services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3b36aa6653dac3977240418f84b07612)
- Place of Performance
- Address: WEST POINT, New York, 12508, United States
- Zip Code: 12508
- Zip Code: 12508
- Record
- SN05092221-W 20180919/180917231134-3b36aa6653dac3977240418f84b07612 (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 |