Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Customer Services Support Contract G3/5/7

Process Number W91CRB-21-R-CSSC

USA

Dates:


Notice ID:

W91CRB-21-R-CSSC

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

W6QK ACC-APG

Office:

W6QK ACC-APG

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 12, 2022 10:00 am est

Inactive Policy:

15 days after response date

Initiative:
  • None***--***

Classification:


NAICS Code:

541715 - research and development in the physical, engineering, and life sciences (except nanotechnology and biotechnology)

Description:


Original Set Aside:

Customer Services Support Contract INTRODUCTION The U. S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG) is requesting CAPABILITY STATEMENTS on behalf of the Headquarters, Department of the Army (HQDA) G-3/5/7 to identify capable sources that can provide administrative, analytical, strategic, technical, and professional expertise support. ACC-APG is pursuing a single award, Cost Plus Fixed Fee (CPFF) contract. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER “THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.” PROGRAM BACKGROUND See Draft PWS SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. Include a statement similar to: “A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Top Secret Facility Clearance. ELIGIBILITY The applicable NAICS code for this requirement is 541715 with a Small Business Size Standard of 1,000 employees. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. If you would like to make a suggestion that another NAICS code be considered please state so in your response. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) and draft Personnel Qualifications Description are attached for review. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch, in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is no later than 1000, EST 12 January 2022. All responses under this Sources Sought Notice must be e-mailed to ian.a.warner.civ@army.mil and jan.a.scott.civ@army.mil. This documentation must address at a minimum the following items: 1) What is your firm's intent on this requirement? Providing a proposal as a PRIME ____ SUBCONTRACTING ____ Follow-up to 2 above. What is the interest in TEAMING arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under this NAICS. What type of work has your company performed in the past in support of the same or similar requirement? 2) Can or has your company managed a task of this nature? If so, please provide details. 3) Can or has your company managed a team of subcontractors before on a task of this nature? If so, provide details. 4) What specific technical skills does your company possess which ensure capability to perform the tasks? 5) Please note that under a Small-Business Set-Aside, 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. 6) Provide a statement including current small/large business status and company profile to include number of employees, current labor categories, annual revenue history, office locations, DUNs number, etc. 7) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a base plus four (4) 12 month option periods with performance commencing in June/July 2022. Specifics regarding the number of option periods will be provided in the solicitation. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Attachments / Links:


Document Size Updated date Download

Contact Information:


6515 INTEGRITY COURT

ABERDEEN PROVING GROU , MD 21005-5001

USA

Primary Point of Contacts:

Jan Scott