SOURCES SOUGHT
D -- Technology services in support of Awards Management Information System (AMIS) including Operation and Maintenance (O&M); help desk services; and the evaluation, development, and deployment of new or enhanced capabilities.
- Notice Date
- 12/5/2024 6:38:54 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- BUREAU OF FISCAL SERVICE PARKERSBURG WV 26106 USA
- ZIP Code
- 26106
- Solicitation Number
- SoS-CDFI-25-022
- Response Due
- 12/20/2024 11:00:00 AM
- Archive Date
- 01/04/2025
- Point of Contact
- RG/JS, Phone: 3044808423
- 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
- This announcement is issued for informational and acquisition planning purposes only. This Sources Sought Notice (SoS) is not a Request for Proposals (RFP) and 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 SoS or otherwise pay for the information solicited. Responses to the SoS 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, on behalf of the Community Development Financial Institutions (CDFI) Fund, is conducting market research to identify vendors who are capable and interested in providing a BPA for providing Information Technology Support Services for the Operations and Maintenance (O&M) of the CDFI Fund�s Awards Management Information System (AMIS) and associated systems, as outlined in the attached document labeled "" Draft - PWS - AMIS O&M - BPA.� The attached document is a draft of the performance work statement (PWS) pertaining to this requirement that includes the draft BPA Overview/Background, Scope of Work and, the minimum qualification for the Contractor and their personnel needed to successfully perform the work. Interested vendors shall provide no more than a 2-page capability statement, inclusive of any pictures, graphs, or charts with a font size no smaller than 9 in Arial or Times Roman font that identifies your: Contact information, Socio Economic Status(es) (Business Size) Capabilities of their organization and key personnel (project manager(s)) to perform the work described in the draft PWS, and certify that contractor has Minimum qualifications in section 6, and Key Personnel have minimum qualifications in section 8. Their existing Government-Wide Contract Vehicle number and SIN Categories/Pool Number. (e.g. GSA Schedule 00CORP contract, OASIS) Responses submitted will assist the Government in its market research to determine the availability of commercial sources in determining an acquisition strategy in terms of setting aside this requirement. In order for Fiscal Service to assess 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; 8) service-disabled veteran-owned small business, or 9) large business under each of their GWACs. Interested vendors shall submit responses on or before the due date to purchasing@fiscal.treasury.gov Subject: RG/JS. 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 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. No other information regarding this Sources Sought Notice will be provided at this time. This notice does not restrict the Government to an ultimate acquisition approach. All vendors 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b7f7a06a91c44c379d5b1b894bf7b1dd/view)
- Place of Performance
- Address: Washington, DC 20036, USA
- Zip Code: 20036
- Country: USA
- Zip Code: 20036
- Record
- SN07283858-F 20241207/241205230122 (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 |