Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOURCES SOUGHT

R -- Philippines In-Country Coordinator

Notice Date
11/9/2010
 
Notice Type
Sources Sought
 
Contracting Office
US Dept of the Interior - National Business Center Acquisition Services Division, DC Branch1849 C Street NW, MS 1320 Washington DC 20240
 
ZIP Code
20240
 
Solicitation Number
ANN1100016
 
Response Due
11/16/2010
 
Archive Date
11/9/2011
 
Point of Contact
Alexis Williams Contract Specialist 2022086333 Alexis_N_Williams@nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Department of the Interior (DOI), International Technical Assistance Program (DOI-ITAP) has a requirement for an in-country coordinator for DOI-ITAP activities in the Philippines. This Sources Sought notice is not an issuance of a solicitation or a request for proposal, and the information presented in this announcement will not obligate the DOI in any manner. CONTRACTOR SUBMISSIONS Interested parties should submit the following information in their Statement of Qualifications (SOQs): 1) Business name, address, DUNS, cage code, phone number, email address, and socioeconomic classification, including any letters, certificates, or similar documentation indicating such status. The Data Universal Numbering System (DUNS) Number is a unique nine-character identification number provided by the commercial company D&B. Call D&B at 1-866-705-5711 or access their website at http://fedgov.dnb.com/webform if you do not have a DUNS Number. The process to request a DUNS Number via phone takes about 10 minutes and is free of charge. Internet requests are fulfilled within 24 hours. Once a DUNS Number has been issued, it will be available for use in CCR within 48 hours. For further information on D&B and DUNS, please see the DUNS Number Guidance (http://www.bpn.gov/ccr/doc/DUNSGuidance.doc). The Commercial and Government Entity (CAGE) Code is a five-character ID number used extensively within the federal government. The CAGE Code is used to support a variety of mechanized systems throughout the government and provides a standardized method of identifying a given facility at a specific location. You must have a separate CAGE Code for each physical location and separate division at the same physical location. If you think you have a CAGE Code, search the DLIS CAGE site, (http://www.dlis.dla.mil/cage_welcome.asp). If you need assistance with conducting your search, call toll free: 1-866-606-8220 or DSN 809-463-3376. NOTE: Registrants located outside of the U.S. are required to include an NCAGE Code on the registration, or it will be considered incomplete. Information on NCAGE codes may be found here (http://www.dlis.dla.mil/Forms/Form_AC135.asp). If you have any questions about this form, call 269-961-7766 (DSN 661-5757) or send a message to NCAGE@dla.mil. Examples of socioeconomic classifications are small business, woman-owned small business, veteran-owned small business, service-disable veteran-owned small business, HUBZone, and small disadvantaged business. 2) Technical capabilities including clear evidence of the firm's experience (list no more than 5 projects or previous positions and limit one page per project/previous position) performing work of a similar type, scope, and nature. The experience should be identified by: contract numbers, government agency/organization issuing the contract, project/position titles, dollar amounts, current status (completed or in progress with start and completion dates), and points of contacts (both contractor and customer) with telephone numbers, emails, addresses, etc. Indicate if the firm was a prime or subcontractor (if subcontractor on the project, provide prime contractor information). Description of items/services provided under the contract. 3) A positive statement of your intention to submit an offer for the solicitation (if issued) as a prime contractor. 4) Has your firm ever been terminated for cause or default from a contractual arrangement, whether Federal or private sector, as a result of failure to perform, poor quality and workmanship provided, etc.? If so, please provide the specifics. 5) Has your firm, or any firm that you would potentially joint venture or team with ever been determined non-responsible by a Federal Contracting Officer? If so, did the Small Business Administration (SBA) fail to issue a Certificate of Competency to your firm or teaming partners when the matter was referred to SBA for review and consideration? If so, please provide the specifics. 6) Identify North American Industry Classification System (NAICS) codes appropriate for this requirement. The NAICS is the standard used by Federal statistical agencies in classifying business establishments for the purpose of collecting, analyzing, and publishing statistical data related to the U.S. business economy. http://www.census.gov/eos/www/naics/index.html 7) Provide an estimated dollar amount for this type of work identified by the base period and each option period. 8) Provide comments and feedback regarding the DRAFT Statement of Work located at http://www.aqd.nbc.gov/Business/openmarket.aspx. The purpose of the draft is to afford the public an opportunity to comment on best practices and critical elements that should be included in the SOW. Any comments provided should not be viewed as a vehicle for presenting a specific approach to be proposed, but as an opportunity to improve an eventual solicitation package. Firms must be registered in the Central Contractor Registration (CCR) database (http://www.ccr.gov) and the Annual Representations and Certifications (http://orca.bpn.gov) to be awarded federal government contracts as required by FAR Subparts 4.11 and 4.12. If you are not CCR registered by the closing date of this Sources Sought Notice, then please indicate when you will be CCR registered. Contact CCR Customer Service (8am - 8pm U.S. Eastern Time): 866-606-8220; 334-206-7828; DSN: 809-463-3376 (then dial toll free number)Interested parties must respond to this notice no later than 2:00 pm U.S. Eastern Time on November 16, 2010 via email to Alexis_N_Williams@nbc.gov or via fax to 202-208-4956 with the subject "DOI-ITAP In-Country Coordinator for Philippines-Sources Sought". DO NOT SEND GENERIC HARD COPY ADVERTISING OR PROMOTIONAL MATERIALS AS THEY WILL BE DISCARDED. If you have responded to any previous email messages or had other communications with our office regarding preliminary market research for this project, please be advised that it will be necessary for you to respond to this Sources Sought request and the items contained herein. THIS IS NOT A SOLICITATION AND SHOULD NOT BE CONSTRUED AS SUCH. All information is to be provided on a voluntary basis at no charge to the Government. There is no entitlement to payment of direct or indirect costs related to or arising out of responses received by the Government from interested contractors. All information/materials provided to the government will become the property of the Government and will not be returned. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a set-aside either competitive or sole source, or of any guarantee of award or particular acquisition strategy developed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a0f09f0e12cf1a495c10cde98b92b060)
 
Place of Performance
Address: CONTRACTOR'S SITE
Zip Code: 1000
 
Record
SN02325046-W 20101111/101109234314-a0f09f0e12cf1a495c10cde98b92b060 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.