SOURCES SOUGHT
R -- Evaluation Services
- Notice Date
- 1/9/2024 11:23:41 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ARC DIV PROC SVCS - IAF PARKERSBURG WV 26101 USA
- ZIP Code
- 26101
- Solicitation Number
- RFI-IAF-15001-24-0003
- Response Due
- 1/19/2024 11:00:00 AM
- Archive Date
- 02/03/2024
- Point of Contact
- Purchasing
- E-Mail Address
-
purchasing@fiscal.treasury.gov
(purchasing@fiscal.treasury.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Procurement Type:� RFI Date Posted:� January 9, 2024 Title: Evaluation Services NAICS Code:� 541611 � Administrative Management and General Management Consulting Services Is this a Recovery and Reinvestment Act Action?� No Response Date:� January 19, 2024 Send Responses to:� purchasing@fiscal.treasury.gov Attn: BG/JS This Request for Information (RFI) is issued for Evaluation Services and is set-aside for Small Businesses. This announcement is issued for informational and planning purposes only. This RFI is not to be construed as a commitment by the Government to issue a solicitation or ultimately to award a contract on the basis of this RFI or otherwise pay for the information solicited. Responses to the RFI will not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. The Bureau of the Fiscal Service (Fiscal Service) on behalf of The Inter-American Foundation (IAF) is conducting market research to identify vendors who are capable and interested in providing Evaluation Services, as outlined in the attached Draft Performance Work Statement. Interested vendors shall provide no more than a 7-page capability statement that includes: Contact information, Socio Economic status under NAICS 541611 Whether your services are available through an existing Government contract vehicle (i.e. GSA contract - please provide the contract number) or on the Open Market. Brief information on capabilities of your organization and key personnel to perform the Tasks in Section 4 of the attached Draft Performance Work Statement. Questions and Feedback on the draft performance work statement that can enhance the solicitation if and when it�s issued. � Responses submitted will also assist the Government in its market research to determine the availability of commercial sources and the acquisition strategy in terms of small business set-aside requirements.� In order for Fiscal Service to assess small business set-aside possibilities, interested parties shall also identify their socio economic status(es) based on the following in their capability statement: 1) small business; 2) 8(a) business; 3) HUBZone small business; 4) small disadvantaged business; 5) woman-owned small business; 6) economic disadvantage women-owned small business; 7) veteran-owned small business; OR 8) service-disabled veteran-owned small business. Interested and capable vendors shall submit responses by the due date listed herein to: purchasing@fiscal.treasury.gov� referencing ""Response to Evaluation Services Attn: BG/JS"" in the subject line. All electronic materials and attachments submitted shall be formatted in accordance with the Bureau of the Fiscal Service�s Security Requirements.� The following file extensions are not allowable and application materials/data submitted with these extensions cannot be opened:� .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, html, mhtml, and .zip files The Government does not allow 3rd party messaging systems/secure mail. Microsoft Office non-macro enabled compatible documents are acceptable.� If the interested vendor determines that other formats are necessary, it is the interested vendor�s responsibility to verify with Fiscal Service that those formats are acceptable.� No pricing or technical approach is being requested or will be considered at this time. This is only a request for information for determining an acquisition strategy and for gathering feedback from interested vendors for considering changes/additions to the draft requirement. No other information regarding this RFI will be provided at this time. This notice does not restrict the Government to an ultimate acquisition approach.� All firms responding to this notice are advised that their response is not an offer that will be considered for contract award.� All interested parties will be required to respond to any resultant solicitation separately from their response to this notice. NO SOLICITATION IS AVAILABLE.� A request for more information, or a copy of the solicitation, will not be considered an affirmative response to this Notice. Telephone responses to, or inquiries about, this Notice will NOT be accepted. Interested Vendors may register at https://sam.gov/content/opportunities �to receive notifications when information is posted related to this requirement, such as when amendments are available for viewing and/or downloading. Please note that the SAM.gov provides the notification service as a convenience and does not guarantee that all persons on the mailing list will receive notifications. Therefore, we recommend that you monitor the SAM.gov site for all information relevant to desired acquisitions. Place of Contract Performance: Work will take place in the awarded Contractors� work location as agreed upon by the COR and Contractor as well as one or more locations in Latin America or the Caribbean where field research is implemented for the evaluation. At present, Microsoft Teams and Zoom are the approved collaborative VTC/Desktop/ Application sharing tools.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/be23a4f7650144f5812834c2ea068efc/view)
- Place of Performance
- Address: Washington, DC 20004, USA
- Zip Code: 20004
- Country: USA
- Zip Code: 20004
- Record
- SN06931301-F 20240111/240109230045 (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 |