SOURCES SOUGHT
R -- HQ RIO Support Services
- Notice Date
- 4/28/2023 11:16:42 AM
- Notice Type
- Sources Sought
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- FA2543 460 CONS BUCKLEY AFB CO 80011-9572 USA
- ZIP Code
- 80011-9572
- Solicitation Number
- A028714
- Response Due
- 5/11/2023 1:00:00 PM
- Point of Contact
- Jaisen Brown, Phone: 720-847-9945, SSgt Matthew Kennedy, Phone: 720-847-6440
- E-Mail Address
-
jaisen.brown@spaceforce.mil, matthew.kennedy.24@spaceforce.mil
(jaisen.brown@spaceforce.mil, matthew.kennedy.24@spaceforce.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 460th Contracting Squadron, Buckley AFB REQUEST FOR INFORMATION (RFI) Headquarters Reserve Integration Organization (RIO) Support Services THIS NOTICE IS ISSUED AS AN RFI ANNOUCEMENT FOR INFORMATION PURPOSES. This notice DOES NOT constitute a Request for Proposal (RFP), Request for Quotation (RFQ), Invitation for Bid (IFB), or solicitation, nor does it represent any commitment by the Government. Since this is an RFI announcement, no evaluation letters and/or results will be issued to the respondents. No reimbursement will be made for any costs associated with providing information in response to this announcement. No telephone calls will be accepted requesting a bid package or solicitation. A solicitation does not presently exist however the Government anticipates releasing a solicitation around June 2023.� 460th Contracting Squadron will not accept or acknowledge emails over 5MB, brochures, samples, catalogs, and any other marketing solicitation information. All responses shall comply with the criteria established in this RFI to be considered for review. Purpose: The Government is performing market research to support acquisition strategy decisions as they relate to determining if a small business set aside is appropriate as well as the best execution method (order under an existing IDIQ, solicitation/award via sam.gov, GSA schedule, etc.). Therefore, we further invite offerors to provide a capability statement in response to this requirement. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of any Federal Government contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://sam.gov/. The services in the DRAFT PWS requires offerors to provide technical support in the areas of Business Analysis, Training Content Support, and Travel Voucher Processing Support.� Regarding the Travel Voucher Support, the Contractor shall provide services to review, verify, process, maintain, and reconcile IDT Lodging voucher accounting transactions in the Reserve Travel System (RTS) and travel vouchers in the Defense Travel System (DTS). �� Industry Response: All responses shall be received by Thursday, 11 May 2023 @ 2:00 PM Mountain Time. No extension to the response date will be considered.� Send responses via e-mail to Mr. Jaisen Brown (jaisen.brown@spaceforce.mil). Responses shall be no more than 10 pages (single spaced, front and back, no smaller than Times New Roman, font size 12 or equivalent). If submissions exceed the page count noted, the Government reserves the right to only review the first 10 pages and may disregard the remainder of the submission.� Extraneous materials (brochures, manuals, etc.) will not be considered. Questions Please provide the following information in your response for the Government to thoroughly evaluate your response and assist in executing the purposes of this RFI: Name, address, point of contact (telephone number and email address), CAGE Code, and UEI. � Does your firm currently provide these services under an existing contract such as an Indefinite Delivery Indefinite Quantity (IDIQ) or Government-Wide Acquisition Contract? If so, please provide the contract number, point of contact name/number, and managing agency (e.g., Air Force, DoD, GSA).� � Specify your business type based upon NAICS 561990. Specify all that apply.� __ Large Business� __ Small Business� __ Small Disadvantaged Business (SDB)� __ 8(a)�� __ HUBZone�� __ Woman Owned Small Business (WOSB)� __ Veteran-Owned Small Business (VOSB)� __ Service-Disabled Veteran-Owned Small Business SDVOSB)� Note: If you have differentiating size status between any contract vehicles listed from section �b� above, break them out accordingly. � Is the NAICS 561990 code appropriate for this scope of work? If you determine it to be inappropriate, what NAICS code would be appropriate and why?� � Would your organization propose on this project as a prime contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), or a joint venture?� Identify the business size of your team members or joint venture firms. � If a teaming arrangement is planned, give details to the extent practicable on how the team will likely be composed. See FAR subpart 9.6 for Government policy on teaming arrangements and 8(a) Program regulations described in 13 CFR 124.513. � Identify any projects completed in the past five (5) years for the same or similar scope to help determine your firm�s capability and capacity in meeting the requirement for the services listed in the attached DRAFT PWS.� Scope shall include efforts that address the following: Business Analysis Training Content Support Travel Voucher Support For the DRAFT PWS, interested offerors are encouraged to submit questions/feedback for Government review. The intent of obtaining questions/feedback on the PWS is to further assist industry when proposing on the PWS and to streamline the solicitation process. The Government will not post official responses to the questions/feedback but they will be reviewed by the Government. If questions/answers are provided the details will be shared to all respondents. LIST OF ATTACHMENTS: 1. DRAFT PWS for Headquarters Readiness and Integration Organization Support Services
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0072e3216dd44eb38d7b090fe8af0e23/view)
- Place of Performance
- Address: Aurora, CO 80011, USA
- Zip Code: 80011
- Country: USA
- Zip Code: 80011
- Record
- SN06666512-F 20230430/230428230114 (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 |