The RFP Database
New business relationships start here

Deputy Under Secretary of the ARmy Professional Support Services


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

 
 

SDVOSB SOURCES SOUGHT

 

DEPUTY UNDER SECRETARY OF THE ARMY (DUSA) PROFESSIONAL SUPPORT SERVICES

 

General Information

 

                                                            Document Type:                      Presolicitation Notice

                                                            Solicitation Number:                W15QKN-20-X-08KY

                                                            Classification Code:                 R - Professional, Administrative, and Management Support Services

            Set Aside:                                Service Disabled Veteran Owned Small Business

 

ELIGIBILITY

 

The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $16.5M. The Product Service Code is B599. Only Service Disabled Veteran Small Businesses will be considered at this time.

 


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SERVICE DIABLED VETERAN OWNED SMALL BUSINESSES (IN FULL). Only Service Disabled Veteran Owned Small Businesses will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

 

PROGRAM BACKGROUND

 


The Secretary of the Army (SA), Under Secretary of the Army (USA) and Deputy Under Secretary of the Army (DUSA) have responsibility for a wide variety of issues assigned in accordance with U.S. Code Title 10, 3013(f). Current and historical responsibilities that may be supported by this contract include areas such as:


 

•·         Organizational Studies and Analyses in accordance with General Order-No. 2019-01

•·         Program and Project Analytics for DUSA

•·         Change Management and Strategic Communications

•·         Administrative support IAW the requirements of the Federal Advisory Committee Act (FACA)

•·         Administrative support to CSLMO/CSLDO IAW General Order-No. 2019-01 (12 Sept 2019) and  ongoing Education and Training requirements

•·         Business Process Reengineering

•·         Infrastructure needs, structural realignments and cross-functional performance improvement capabilities

•·         Subject matter expertise essential to the foregoing tasks such as datamining, forensic accounting, predictive analytics, generation of performance metrics, executive level coaching /facilitation, and governance.

 

The Government is seeking companies interested in bidding on a multiple award indefinite delivery indefinite quantity contract for these Professional Support Services.

 

PLACE OF PERFORMANCE

 





 

Location



% Off-Site Contractor





Contractor's Facility



100%




 





 

REQUIRED CAPABILITIES

 

The Contractor shall provide services outlined in the attached Performance Wok Statement (PWS) in support of the areas specified above.

 

SPECIAL REQUIREMENTS:

 

Personnel and Facility Security Clearances. Contractor personnel performing work under this contract must have at least an interim Secret Clearance by commencement of the contract period of performance and must maintain clearance approval at the identified contract level of security required for the life of the contract.  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.

 

 

 

ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)

 

A draft PWS which includes Key Labor Categories is attached.

 

This documentation must address at a minimum the following items:

 

1. )Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization

 

2.) What type of work has your company performed in the past in support of the same or similar requirement? Include Government contract numbers and point of contacts.

 

3.) Can or has your company managed a task of this nature? If so, please 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.

 

6.) Provide a statement including current Service Disabled Veteran Owned Small Business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.

 

7.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

 

The contract type for these commercial services are anticipated to be Firm Fixed Price (85%) or Time and Materials (15%).

 

Upon evaluation of the capability statements, if it is determined that this requirement cannot be met by Service Disabled Veteran Owned Small Businesses, the Government intends to evaluate other potential Small-Business set-asides.

 

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.

 

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. All responses under this Sources Sought Notice must be e-mailed to Danielle Kozup, Danielle.c.kozup.civ@mail.mil, Contracting Officer and Christy Glover christy.a.glover2.civ@mail.mil, Contract Specialist.  All questions must be submitted via email to the Contract Specialist and Contracting Officer.

 

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.

           

 


Danielle Kozup, Contracting Officer, Phone 9737244196, Email danielle.c.kozup.civ@mail.mil - Christy A Glover, Contract Specialist, Phone 9737245895, Email christy.a.glover2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP