Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 08, 2024 SAM #8108
SOURCES SOUGHT

R -- Human Resources Programmatic Support and Operational Services for the USDOJ/OJP/OA-HRD

Notice Date
2/6/2024 3:03:01 PM
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
OJP AGENCY WIDE WASHINGTON DC 20531 USA
 
ZIP Code
20531
 
Solicitation Number
15PADH24N00000001
 
Response Due
2/23/2024 9:00:00 AM
 
Archive Date
03/09/2024
 
Point of Contact
Debashis Nag, Phone: 2026161705
 
E-Mail Address
debashis.nag@usdoj.gov
(debashis.nag@usdoj.gov)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
This Request for Information (RFI) is being released pursuant to the Federal Acquisition Regulations (FAR) Part 10 Market Research. The information collected through the process is considered to be market research as described by FAR 2.101 and in accordance with FAR 10.002. This is NOT a Request for Proposals (RFP), and nothing shall be construed herein or through the Sources Sought process to commit or obligate the Government to further action. In addition, vendors responding to this RFI shall bear all risks and expenses of any resources used to provide the requested information. The submission of capability information in response to this market survey is purely voluntary. The Department of Justice (DOJ), the Office of Justice Programs (OJP) is issuing this RFI to identify qualified and responsible 8(a) small business having an interest in and possessing the resources and expertise to human resources programmatic support and operational services to OA/HRD (Office of Administration, Human Resources Division) in its furtherance of OJP�s Human Capital Program. The applicable North American Industry Classification System (NAICS) code assigned to these proposed services is 541612. The anticipated contract type is Time & Material. The anticipated period of performance is a base year plus four (4) option years commencing June 1, 2024. The anticipated place of performance will include some on-site work at OVC at 810 7th Street NW, Washington DC 20001, as well as the Contractor�s site. This acquisition is currently required to stay in the 8(a) program. Responses are requested from only Certified 8(a) Small Businesses.� Respondents to this RFI shall provide the following information: Vendor background summary including, contractor name, address, DUNS, point of contact information, email, phone, website address, small business designation, and any GSA schedule number. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Past Performance - Provide a list of previous contracts where similar services were provided. Provide customer/Government Agency contact information where these services were provided including: contact name and organization, telephone number, and email address. The Government will evaluate market information to ascertain potential market capacity to provide services consistent in scope with what is described in this notice and otherwise anticipated. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Interested vendors should monitor a government point of entry site for further information. Submission Instructions: Interested small business vendors who consider themselves qualified to perform the above-listed services are invited to submit a response to this RFI Notice by Friday, February 23, 2024, at 12:00PM Noon Eastern Time. All responses under this RFI Notice must be emailed to debashis.nag@usdoj.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5b0283bbd9ce493e8615980af341614b/view)
 
Place of Performance
Address: Washington, DC 20531, USA
Zip Code: 20531
Country: USA
 
Record
SN06957162-F 20240208/240206230051 (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.