Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 30, 2024 SAM #8159
SPECIAL NOTICE

R -- Childcare Subsidy Program (CCSP) Services

Notice Date
3/28/2024 1:08:22 PM
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
HOMELAND SECURITY, DEPARTMENT OF US
 
ZIP Code
00000
 
Solicitation Number
70RWMD24RFIP00003
 
Response Due
3/28/2024 7:00:00 AM
 
Archive Date
04/12/2024
 
Point of Contact
Evelyn Y. Dean, Samantha Leap
 
E-Mail Address
evelyn.dean@hq.dhs.gov, samantha.leap@hq.dhs.gov
(evelyn.dean@hq.dhs.gov, samantha.leap@hq.dhs.gov)
 
Description
REQUEST FOR INFORMATION- DHS Child Care Subsidy Program (CCSP) Services Commercially Available CCSP Services THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is for planning purposes only and shall not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. No solicitation document exists, and a formal solicitation may or may not be issued by the Government as a result of the responses received to this RFI. The Government will not pay for any response or demonstration expenses. All costs incurred responding to this RFI will be solely at the interested party's expense. Failure to respond to this RFI will not preclude participation in any future solicitation. The Government�s explicit intent, in this request for information, is to not receive from respondents any proprietary data, trade secrets, business sensitive information, or information considered CONFIDENTIAL under 18 U.S.C. �1905. The Government�s constraint does not in any way relieve contractors from their responsibility to properly mark proprietary data when it is provided, nor does it alleviate any requirement for the Government to protect marked data. The Government is not obligated to protect unmarked data. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Those who respond to this RFI should not anticipate feedback concerning their submission. All submissions will become the property of the Government and will not be returned. Responding to the RFI is completely voluntary and will not enhance or adversely affect responses to any resulting solicitation if such solicitation is issued at a later date. There is no competitive advantage gained by any of the respondents to this RFI. BACKGROUND The Department of Homeland Security employs approximately 250,000 employees. Most of these employees work in the Continental United States, but there are DHS employees in Alaska, Hawaii, Puerto Rico, the United States Virgin Islands, Guam, and other overseas locations. DHS�recognizes that our employees face the same types of personal challenges that all other Americans face and is committed to providing our employees and their families with the right resources, at the right time, to enhance their wellness and increase resilience. Taking care of our workforce and their families is vital to the integrity of operational readiness, reliability, capability, continuity, and mission�accomplishment; our success or failure has national security implications. Ensuring the DHS workforce has dependable and affordable childcare, so employees may be onsite and mission-ready, is critical to successful execution of DHS�s various missions. PURPOSE OF THIS RFI DHS is looking to provide a childcare subsidy program for all of DHS HQ eligible employees. DHS is seeking information from vendors that will be able to provide a nationwide accessible CCSP seven days a week, twenty-four hours a day. DHS is asking respondents to submit a Capability Statement and provide a written narrative to the questions presented (Attachment II), complete the DHS FAR and HSAR Security and Privacy Matrix (Attachment III), and indicate any sections within the Draft Statement of Objectives (SOO) (Attachment I) that the responder would and would not be able to provide or comply with. RESPONSE DHS appreciates responses from all capable and qualified sources. Responders are requested to describe in clear and concise language their company's capabilities to meet the requirements of this RFI. 1. General formatting shall be done using single-spaced 12-point font on letter sized (8.5 x 11) pages and submitted as an attachment to an email in pdf or Word format. 2. Each response shall contain a Cover Page identifying: a) RFI Title; b) Company Name, Mailing Address, and Unique Entity Identifier; c) Business size (Large or Small), Socio-Economic Status (i.e., 8(a), small dis-advantaged business, HUBZone small business, service-disabled veteran-owned small business, Woman-Owned Small Business, etc.) and associated NAICS code under which the company conducts business; d) Any existing contractual vehicles and its related information that the company has in place that can be used by the federal government for ALL services requested. (i.e., GSA Schedule and SIN, NASA SEWP, etc.); e) Company overview; f) Description of the products or services a company provides; g) Statement and assurance about what the client can expect from your company; h) A list of former and/or current clients; and i) Contact person telephone number, address, and e-mail address to inquire about services or products offered by your company 3. Each response shall address the RFI Questions (Attachment II) and complete the DHS FAR and HSAR Security and Privacy Matrix (Attachment III). Please note that respondents are requested to address each question and complete the Matrix. Responders are also requested to indicate any sections with the draft SOO (Attachment I) that the responder would not be able to provide or comply with. The Government reserves the right to hold one-on-one meetings as a result of responses received from this RFI as part of its market research. Meetings may be held in particularly with vendors who provide comprehensive responses to the questions posed and completed DHS FAR and HSAR Security and Privacy Matrix. The page limit for the response is twenty (20) pages excluding cover page and attachments. Only one �(1) submission will be reviewed per vendor for this RFI. Only electronic submissions will be accepted. Your response must be delivered via email to Samantha Leap, Contract Specialist, email: samantha.leap@hq.dhs.gov, and Evelyn Dean, Contracting Officer, email: evelyn.dean@hq.dhs.gov by the response due date below. Responses are due no later than Thursday, March 28, 2024, at 10:00 AM. Eastern Time. Attachments: CCSP Draft Statement of Objectives (Attachment I) CCSP RFI Questions (Attachment II) DHS FAR and HSAR Security and Privacy Matrix (Attachment III)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/155eaafb19034f9b96a51d5734160e55/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN07012010-F 20240330/240328230039 (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.