The RFP Database
New business relationships start here

Directorate of Human Resource Adjunct General Services


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

SOURCES SOUGHT NOTICE
Directorate of Human Resources (DHR)
Adjunct General Services

INTRODUCTION

The Mission and Installation Contracting Command Fort Eustis is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Directorate of Human Resources Adjunct General support services. This is a sources sought notice seeking only qualified Small Business responses in order to determine small business participation for the acquisition. The intention is to procure these services on a competitive basis.


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.


PLACE OF PERFORMANCE

Location                                 % On-Site Government      % Off-Site Contractor
Fort Lee, Virginia                                           100%                        0%


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. RESPPONSES 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


The Directorate of Human Resources, is designated as the primary organization to provide human resource support. Their mission is to provide personnel, educational transitional services and records management support to all post units, tenant activities, retirees, Family members and DoD civilians. In accordance with these assignments the Directorate of Human Resources provides for the following: Planning, programming, administration and management support for new employee system access, functional administration, performing military personnel accounting, preparing electronic military personnel office reports, in-processing, processing personnel surveys, promotion processing, procurement officer process support, re-assignment processing, maintaining order systems, out processing, pre/post retirement, transition/separation, Defense Enrollment Eligibility Reporting System and Solider Readiness process support.


REQUIRED CAPABILITIES


The Contractor shall provide technical services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement (Attached). The only PBWS attachment included is the Technical Exhibits.  

If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.


SPECIAL REQUIREMENTS:
• Personnel and Facility Security Clearances. 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 Secret Facility Clearance. Personnel security clearances are required at contract award.
• Service Contract Act
• Government Furnished Property plan


ELIGIBILITY


The applicable NAICS code for this requirement is 561110, Office Administrative Services with a Small Business Size Standard of $7.5M. The Product Service Code is R699. Small Businesses are encouraged to respond.


ADDITIONAL INFORMATION AND SUBMISSION DETAILS (SITE VISIT)


Directorate of Human Resources intends to hold a site visit at the Fort Lee, Virginia on 20 September 17. The site visit will start at 0800 and end at 12:00 (noon). This scheduled site visit will enable potential Offerors to further understand the history behind the requirement as well as tour certain areas of specific interest to the Directorate of Human Resources for the intended requirement. Attendance at the site visit is not a requirement and in no way will it have any effect on any company from submitting a response to this Sources Sought notice and/or a proposal in response to any forthcoming solicitation.


To register for this site visit, send an email to Mr. Stephen Hollis, at stephen.d.hollis.civ@mail.mil or Ms. Mary Rogers at mary.s.rogers4.civ@mail.mil by noon EST on 14 September 2017. The email must provide the business name, address, attendee name(s), a point of contact phone number and email address. The subject line of the email should read "Adjunct General Services Support Site Visit". Specifics, including directions, agenda, question forms, and ground rules will be provided by email upon approved registration. Due to space limitations, no more than two (2) representatives from each potential Offeror will be permitted to attend the site visit. All attendees must provide proof of U.S. Citizenship. This site visit WILL NOT be rescheduled if cancelled due to weather or any other Acts of God.


Interested parties are requested to submit a capabilities statement of no more than fifteen (15) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 9 October 2017. All responses under this Sources Sought Notice must be e-mailed to melinda.c.paynter.civ@mail.mil.


This documentation must address at a minimum the following items:


1.) What type of work has your company performed in the past in support of the same or similar requirement identified in the PBWS?


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? If so, provide details.


4.) What specific technical skills does your company possess which ensure capability to perform the tasks identified in the PBWS?


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 PBWS 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, 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.


9.) Does your company have experience in producing military orders and an order producing system/database?


10.) Does your company have experience in publishing/producing military orders in mass, expediently? Please describe your experience and your capability.


11.) Does your company currently use a military order publishing/producing electronic system/database? Please describe the software, how it's used in detail, and the software's capability. Can it produce many orders at once or one at a time? Do you use mail merge or a more efficient system? Can it accommodate many users or just one at a time?


12.) Is your software transferrable to this contract? Please describe how you would transition from the current system (LOTUS) to your system.


13.) Is your software compatible with Microsoft products and Windows 10?



The estimated period of performance consists of base and four (4) option periods with Phase-In performance commencing in 16 February 2018 and base period performance commencing 16 April 2018. Specifics regarding the number of option periods will be provided in the solicitation.


The contract type is anticipated to be Firm Fixed Price. The Level of Effort for 5 years is estimated at 550,000 man-hours.


The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.


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.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Melinda Paynter, in either Microsoft Word or Portable Document Format (PDF), via email melinda.c.paynter.civ@mail.mil.


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.


 


Melinda Paynter, Phone 7575018148, Email melinda.c.paynter.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP