Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2005 FBO #1297
SOURCES SOUGHT

R -- SSN Continuity of Operations Planning

Notice Date
6/13/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
United States Senate, Office of the Sergeant at Arms, Finance Division, United States Senate, Washington, DC, 20510-7207
 
ZIP Code
20510-7207
 
Solicitation Number
Reference-Number-SSN2005S059
 
Response Due
6/27/2005
 
Archive Date
6/28/2005
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY TO PRE-QUALIFY VENDORS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME AND THIS IS NOT A FORMAL REQUEST FOR PROPOSAL. THIS SOURCES SOUGHT IS RESTRICTED TO VENDORS LOCATED IN THE LOCAL COMMUTING AREA OF WASHINGTON, DC (no more than 50 miles driving distance to the United States Capitol). The United States Senate Sergeant at Arms intends to enhance its Continuity of Operations Planning and Preparedness programs to assure the mission of the U.S. Senate operations continues under any circumstance. This effort requires technical and professional consulting services supporting the Senate?s Continuity Programs, including assistance with the ongoing development and maintenance of Continuity of Operation (COOP) plans, policies, procedures and other components of Senate Continuity Programs which provide essential Senate functions under all emergency conditions. Requirements: The SAA invites all qualified sources to respond to this notice by specifically addressing four evaluation criteria: (1) Location: vendor must be located within the Washington DC Local Commuting Area (i.e., no more than 50 miles driving distance to the United States Capitol); (2) Experience: vendor must have specific experience, within the last five years, in national-level continuity of operations planning and preparedness programs, including but not limited to development of COOP training curricula and media, COOP plan development, maintenance, and management, and industry/government best practices in the area of continuity of operations; (3) Past Performance: vendor must provide five past performance references along with complete and current contact information ( customer name, project name/contract number, address, contact name, phone number and email), brief description of contract, and contract value (total) for five past customers. Please note the Senate will check references as necessary to evaluate past performance; and (4) Staffing: vendor staff assigned to this project must be United States citizens and hold a TOP SECRET security clearance and be experienced in national-level continuity of operations and industry/government best practices in the area of continuity of operations planning and preparedness. Current resumes will be required for all proposed individuals who would be assigned to this effort. Experience and Past Performance will be evaluated on the basis of its breadth and depth, its similarity to the Senate project, including the areas of COOP plan development, maintenance, and management, as well as the satisfaction of clients and overall quality of services represented by the projects described. Responses must contain Company Information (Name, Address, Point of Contact, Telephone Number, Email address, DUNS Number and Tax ID Number). Responses to this sources sought request are due to the POC no later than June 27, 2005 at 12:00 Noon EDT and shall be submitted electronically via email only to the attention of Kathleen M. Haddow at acquisitions@saa.senate.gov. Response shall not exceed fifteen (15) pages excluding resumes. The subject line of the email message shall be ?2005-S-059 Continuity of Operations Planning Support?. Access to information in any files attached to the response is the responsibility of the submitting party. The SAA is not responsible for any failure to access information in this notice. The information supplied in response to this sources sought notice will be used to pre-qualify vendors who may be invited to submit proposals. Firms responding to this sources sought notice and deemed qualified by the SAA may be placed on a solicitation mailing list. Only pre-qualified vendors will be permitted to submit proposals. If suitable responses are received from qualified sources, the SAA anticipates release of a solicitation in July 2005. Neither the Senate nor the SAA will be responsible for any costs for the preparation of responses to this announcement. THIS IS NOT A REQUEST FOR PROPOSAL. THIS NOTICE CONSTITUTES THE ENTIRE SOURCES SOUGHT ANNOUNCEMENT AND IS THE ONLY INFORMATION PROVIDED BY THE SAA OR U.S. SENATE. TELEPHONE OR E-MAIL REQUESTS FOR ADDITIONAL INFORMATION WILL NOT BE HONORED.
 
Place of Performance
Address: Washington, DC
Zip Code: 20510
Country: USA
 
Record
SN00828966-W 20050615/050613212120 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.