SOURCES SOUGHT
R -- National Guard Bureau J1-Sexual Assault Prevention and Response (SAPR) Support Services
- Notice Date
- 10/28/2024 5:18:01 AM
- Notice Type
- Sources Sought
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
- ZIP Code
- 22204-1382
- Solicitation Number
- W9133L25R3001
- Response Due
- 11/8/2024 12:00:00 PM
- Archive Date
- 11/23/2024
- Point of Contact
- Trisha Ankney, Phone: (309) 737-4344, Marcos Torres, Phone: (407) 304-7391
- E-Mail Address
-
patricia.e.ankney.civ@army.mil, marcos.a.torres.civ@army.mil
(patricia.e.ankney.civ@army.mil, marcos.a.torres.civ@army.mil)
- Small Business Set-Aside
- 8A 8(a) Set-Aside (FAR 19.8)
- Description
- 1.0 Introduction The National Guard Bureau�s Operational Contracting Division Contracting Office (NGB-AQ-C), 111 South George Mason, Arlington, VA 22204 is issuing this sources sought as a means of conducting market research to identify interested parties to support the requirement for J1- Sexual Assault Prevention and Response (SAPR) Support Services at the National Guard Bureau (NGB), Arlington, VA 22204. The intention is to procure these services on a competitive basis via Certified Small Business 8(a) Program Participant contract contains a sufficient number of capable vendors that are interested in the J1-SAPR Support Services requirement. As this requirement is already accepted into the 8(a) Program, only Small Business Administration (SBA) Certified 8(a) Program Participants will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. 2.0 Description of Requirement The purpose of this contract is to provide non-personal, professional, commercial support services of J1-SAPR Support Services in support of NGB-J1 divisions. The overarching purpose is to support is contained on the draft performance work statement (PWS) enclosed in Attachment 1 to this notice. The estimated period of performance consists of a 12-month base period and four 12 month option periods under FAR Part 52.217-9 �with an anticipated period of performance commencing on 24 June 2025. The contract type is anticipated to be Firm Fixed Price. 3.0 Responses Contractors possessing the requisite skills, resources, and capabilities necessary to perform the stated requirements are invited to respond to this notice via a submission of an executive summary on 8 � x 11 in paper, no more than eight (8) pages in length, using 12-point font.� All responses must include the following information: � � �1. Name and address of applicant/company (Corporate/Principal Office), to include primary point of contact information (name, telephone number, fax number, and e-mail address) � � �2. SBA 8(a) Case Number, Entrance Date, and Exit Date � � �3.UEI and CAGE Number � � �4.Governmentwide Acquisition Contract (GWAC) Number (i.e., GSA OASIS, GSA HCaTS, EPIC, APSD, MAS, RS3, etc.,if applicable) � � �5.The Government is considering NAICS Code 611430, Professional and Management Development Training, with a Small Business Size Standard of $15,000,000 for this effort. The anticipated PSC is R499, Other Professional Services. If you believe another NAICS Code or PSC is more appropriate, please provide the� � � � � � recommended and approved code(s) and any contract number related to this effort. � � �6.The Government has determined to be commercial in nature. Please provide statement of concurrence/nonconcurrence with information supporting rationale, to include contract numbers related to this effort. � � �7.Identify capabilities and relevant past performance, to include contract numbers. � � �8.Recommendations to improve NGB�s approach to this requirement. � � �9. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Please note in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in� � � � � � �terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. � � �10. Please state if your company plans to submit a proposal for the J1-SAPR Support Services requirement (if solicited). If not, please provide the reasons your company does not plan to submit a proposal. � � �11.�The Government welcomes any feedback on the Draft PWS for this notice. Please provide any comments/questions for the PWS in track changes when responding to this notice or utilize the attached Sources Sought Question and Answer Log (Attachment 2).� � � �12. The incumbent contract number 47QREB21D0003, order number 140D0423F1223. 4.0 Response Deadline / Submission Info Sources Sought Responses (Section 3.0, Items 1 � 12) shall be provided by 3pm Eastern Time on November 8, 2024.� Responses shall be submitted via e-mail to Marcos Torres at marcos.a.torres.civ@army.mil��and Trisha (Ankney) Goldsberry at patricia.e.goldsberry.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b8f55c355f4b4db2b579d36201ec9d67/view)
- Place of Performance
- Address: Arlington, VA 22204, USA
- Zip Code: 22204
- Country: USA
- Zip Code: 22204
- Record
- SN07250915-F 20241030/241028230106 (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 |