Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOURCES SOUGHT

R -- R Sources Sought for EEO Investigative Services Buy Indian-Set Aside

Notice Date
8/15/2013
 
Notice Type
Sources Sought
 
NAICS
561611 — Investigation Services
 
Contracting Office
BIA CENTRAL 0001612220 Sunrise Valley DriveContracting OfficeRestonVA20191US
 
ZIP Code
00000
 
Solicitation Number
A13PS00563
 
Response Due
8/23/2013
 
Archive Date
9/22/2013
 
Point of Contact
LEO MOOMAW
 
E-Mail Address
leo.moomaw@bia.gov
(leo.moomaw@bia.gov)
 
Small Business Set-Aside
N/A
 
Description
PLEASE NOTE: THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A POTENTIAL SOURCES SOUGHT SYNOPSIS ISSUED ONLY TO CONDUCT A MARKET RESEARCH STUDY FOR AN ANTICIPATED EEO COMPLAINT PROCESSING REQUIREMENT IN RESTON, VA The information received will be used within the United States Department of the Interior, Bureau of Indian Affairs, Reston, Virginia, to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is not a request for proposals, but a survey of the market for potential sources. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow-up information requests. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government for any purpose other than market research. Respondents will not be notified of the results of the evaluation. Indian Affairs Central Office, Reston, VA is seeking qualified Indian-owned entities with current relevant experience, personnel, and capability to provide EEO Investigative services IAW the attached SOW at the IA Office of Employment Opportunity (EEO) located at 12220 Sunrise Valley Drive, Reston, VA. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of responsible firms that also quality as Buy-Indian economic entities under the Buy Indian Act (25 U.S.C. 47) to compete for and perform a Firm Fixed Price Contract for EEO Services (primary North American Industrial Classification System NAICS Code 561611, Investigation Services). The contract period shall consist of a 12 month base period with four 12 month option periods for renewal. The small business size standard for this acquisition is $19 Million. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. Proposed teaming arrangements or other partnering agreements shall identify clearly the primary offeror for determination of responsibility purposes. REQUEST FOR CAPABILITY STATEMENTS Interested Buy Indian sources are invited to respond to this sources sought announcement utilizing their company letterhead in a Portable Document Format (PDF). 1. Please provide the following information for your organization: a. Company Name b. Company Address c. Point of Contact (Name, Title, Phone/Fax Numbers, Email Address d. Confirm current Indian-owned Business Status e. Teaming Agreements (if necessary) 2. Provide a brief description of your organization's capability and approach to contribute to each of the tasks described in the SOW. Submission should address the company's competitive advantages, unique competencies, and offerings. 3. Provide a brief description of your organization's capability and approach to accomplish the tasks described in the statement of work. If the task is not a capability of your organization, propose the best method of task fulfillment through possible arrangements such as subcontracting or contractor teaming arrangements. 4. If possible, identify no more than 3 past or present contracts for services similar to those required herein (preferably Federal Government contracts) and include agency/company name, point of contact, dollar value, period of performance and the services performed. 5. Responses should be no more than 10 pages. Each page shall be formatted for 8 x 11" paper. Pages shall be single-spaced and one-sided. The font shall be Times New Roman or Arial and no smaller than 10pt with at least one-inch margin on all sides. Covers, tab dividers, title pages, glossaries, and table of contents are not required. The response must be in a Microsoft Word document compatible file with MSOffice 2007. Please submit your responses electronically to leo.moomaw@bia.gov. Responses are due not later than 12:00pm local time, Washington, DC on Friday, August 23, 2013. Responses received after the deadline or without the required information will not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BIA/RestonVA/A13PS00563/listing.html)
 
Record
SN03150522-W 20130817/130815235733-cae9b3864cbd711321858ade85de4fad (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.