Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2020 SAM #6720
SOURCES SOUGHT

R -- PROGRAM MANAGEMENT SUPPORT SERVICES USCG

Notice Date
4/21/2020 12:01:21 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02320RFI0MNC01200
 
Response Due
5/6/2020 12:00:00 PM
 
Archive Date
05/07/2020
 
Point of Contact
Leslie Kenser
 
E-Mail Address
leslie.a.kenser@uscg.mil
(leslie.a.kenser@uscg.mil)
 
Small Business Set-Aside
8AN 8(a) Sole Source (FAR 19.8)
 
Description
This is a sources sought notice issued in accordance with FAR Part 5. For information regarding this acquisition, contact the Contracting officials listed herein. All inquiries shall be in writing. It is anticipated that this acquisition will be a direct award to an 8(a) Small Disadvantaged Business under NAICS 541611 - Administrative Management and General Management Consulting Services with a small business size standard with average annual receipts of $16.5M. The U.S. Coast Guard (USCG) Office of Specialized Capabilities (CG-721) anticipates a need to procure Contractor services to provide program management support services to the Coast Guard�s Deployable Specialized Forces (DSF) and Countering Weapons of Mass Destruction (CWMD) programs. Contracted personnel will be expected to assist the government in the preparation of program level documents and strategic planning in accordance with the attached Performance Work Statement (PWS).� Period of Performance: It is anticipated that a Firm, Fixed-price contract will be awarded with one (1) base year and two (2) option years. Place of Performance: U.S. Coast Guard Headquarters Building at 2703 Martin Luther King Ave., SE, Washington, DC 20593-7324 8(a) Small Disadvantaged Business concerns having the expertise and required capabilities to provide the services described in the attached PWS are requested to submit complete information discussing those qualifications by 3:00 PM EST, on 6 May 2020 to Leslie.A.Kenser@uscg.mil. In your response you must include the following: A positive statement of your intention to submit a bid for this solicitation as a prime contractor Evidence of experience in work similar in type and scope over multiple years/agencies to include: Contract numbers Project titles Dollar amounts Points of contact, including email addresses and telephone numbers Respondents must specifically address the requirements in Section 2.0 and Section 4.0 of the PWS. The deliverables required in Section 2.1.3 of the PWS require that contract support personnel assigned to assist the CWMD hold a TS/SCI clearance as per PWS Section 4.3. Contract Support personnel assigned to DSF deliverables in Section 2.1.4 are required to hold a collateral Top Secret clearance as described in PWS Section 4.3. All of the above must be submitted in sufficient detail for a decision to be made for a direct award to an 8(a) small, disadvantaged business. FAR 52.219-14 - Limitations on Subcontracting applies to this acquisition. Therefore, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the 8(a) small, disadvantaged business responding to this sources sought notice as the prime contractor. Inquiries or information received after the established deadline shall NOT be considered for this acquisition. Submission of this data for review shall not impede award of this contract as planned. This is a sources sought notice for information and planning purposes only. This does not constitute an Invitation for Bid (IFB) or Request for Proposal (RFP) and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. No solicitation exists at this time; therefore, do not request a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1ce997ee448747c2aade699da3045a60/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN05631348-F 20200423/200422060435 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.