The RFP Database
New business relationships start here

Administrative Assistant Services


Wisconsin, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract modification to W9124J-15-C-0005 for Administrative Assistant Services on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

The proposed sole source firm-fixed price contract modification to Web-Hed Technologies, Inc. for a non-personnel services contract shall provide Administrative Assistant Services for the Directorate of Public Works, FHL. The Contractor shall provide the necessary supervision, labor/personnel, materials, tools, and equipment to perform and complete all tasks in strict accordance with the attached Performance Work Statement. Period of Performance is 1 November 2017 to 30 April 2018. Contractor shall provide Operations Readiness Coordinator Services for the Directorate of Plans, Training and Mobilization, FHL. The Contractor shall provide the necessary supervision, labor/personnel, materials, tools, and equipment to perform and complete all tasks in strict accordance with the attached Performance Work Statement. Contractor shall provide Dispatch Supervisor Services for the Directorate of Emergency Services. The Contractor shall provide the necessary supervision, labor/personnel, materials, tools, and equipment to perform and complete all tasks in strict accordance with the attached Performance Work Statement. Contractor shall provide Housing Assistant Services for the Directorate of Public Works, FHL. Contractor shall provide Facility Receptionist Services for Headquarters, FHL. Contractor shall provide Dispatcher / Alarm Monitor Services for the Directorate of Emergency Services 24 hours a day, 7 days a week. Contractor shall Provide Administrative Assistant Services for the Directorate of Resource Management, FHL. Contractor shall provide Troop Project Coordinator Services for the Directorate of Public Works, FHL. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period(including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government Fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XMLdirect transfer may be downloaded from the website.


The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.


This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government Wide Point of Entry. It is the responsibility of potential offerors to monitor the Government Wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are: 561110 with a Size Standard of $7,500,000.00.



In response to this sources sought, please provide:


1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.


3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.


4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Web-Hed Technologies, Inc. is the only responsible source capable of satisfying the government's requirement.


5. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.


6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns.


7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.


 


Pamela G. Brande, Purchasing Agent, Phone 6083887484, Email pamela.g.brande.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP