Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOURCES SOUGHT

D -- SOCIAL MEDIA CHECKS - 925 - DRAFT SOW - SOCIAL MEDIA CHECKS

Notice Date
7/14/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
HHM402-16-SM-CHECKS
 
Point of Contact
Stephen E. Lee, Phone: (202)231-2816
 
E-Mail Address
stephen.lee@dodiis.mil
(stephen.lee@dodiis.mil)
 
Small Business Set-Aside
N/A
 
Description
SOCIAL MEDIA CHECKS - 925 THIS IS A SOURCES SOUGHT NOTICE ONLY. This request is for planning purposes only, it is not a request for offers, quotes, or proposals. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government will not be responsible for any cost incurred by interested parties responding to this notice. This notice is for market research only in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine the capability of potential sources. Virginia Contracting Activity (VACA) anticipates establishing a contract under North American Industrial Classification System (NAICS) Code 541990, Human Resources Consulting Services, with a Small Business Standard of $15M. VACA is issuing this notice in order to solicit capability statements fro m qualified sources to ensure sufficient competition exists to meet the government's requirements. It is Government's intent to use information gathered in response to this notice to assist in market research to determine whether to, in accordance with applicable laws, set - aside, solicit offers from all responsible sources or use the GSA Federal Supply Schedule (FSS). GSA FSS holders are encouraged to submit their current GSA FSS number(s) and appropriate SIN(s). The anticipated length of performance is a 12 month base pe r iod. Background: The 2014 National Defense Authorization Act, dtd; 26 December 2013, states Access and analysis of government, publically available, and commercial data sources, including social media that provides independent/objective information pertinent to adjudication guidelines and termination standards to improve quality and timeliness, and reduce costs, of investigations and reinvestigations. Social Media reports are required to identify national security concerns on individuals who are required to obtain and retain a national security clearance. In accordance with the statement of work, social media reports shall provide detailed information to support security reviews, investigations, and eligibility determinations of an individual’s ability or inability to retain access to national security classified material. RESPONSE REQUESTED This notice is a market research tool being used to determine the availability and capability of potential sources prior to determining a procurement strategy. No basis for a claim against the Government shall result from a response to this notic e. If a solicitation is issued as a result of this Sources Sought, information submitted in response to this notice may be used determine the appropriate procurement strategy. All qualified firms are encouraged to respond. Interested firms shall submit the following: 1. Name and address of company and or companies (if there is a teaming arrangement). Include; mailing address, telephone, fax number, website address (if available), Point of contact name, telephone and e-mail address of the individual(s) authority and knowledge to clarify responses with Government representatives. a ). Potential teaming arrangements - Describe whether the company intends to fulfill the subject requirement alone, or whether a teaming arrangement is a ntici pated (the Government recognizes that one company may not possess all of the necessary knowledge, skills, and experience needed to meet the requirements specified in the SOW. If knowledge, skills or other expertise is obtained from this type of arrangement, vendors shall descr i be the efficiencies gained through teaming, but members need not be identified. b). Explain how expertise and experience gained through teaming will benefit the Government. 2. Technical capabiltiy relevant to the requirement; 3. Technical approach relevan t of the requi r ement (no more than 2-3 paragraphs); 4. Management approach relevant to the requirement (no more than 2-3 paragraph); 5. Any Corporate experience relevant to the requirement; 6. Relevant past performance. Your capability statement needs to include a list of three customers (Government) within the past three (3) years highlighting similar work in nature, scope, complexity and a brief description of the scope of work. Your submission for relev ant past performance must include for each customer: Contract name/Contract Number; Contracting Agency or Department, POC and contact information; Yearly contract value (in $); State whether your firm was the prime or a subcontractor; Period of performance; Description of work and how it relates to the requirements. 7. Vendors do not need a Facility Clearance. Provide information on portal access capabilities to support SOW requirements for 20 users that can request 925 individual reports during a 12 month period of performance. 8. Representat i ve sample of report categories and rates for providing support service using GSA Schedule and SIN number(s), current unit rates (shown current year rate). 9. Indicate business size, size standard and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business. 10. DUNS Number, CAGE Code, Tax Identification Number, and company structure ( Corporation, LLC, Partnersh i p, Joint Venture, etc. ). Companies also must be registered in the System for Award Management at http s : //www. sam.gov/portal/SAM/#1 to be considered as a potential source. Please note: VACA will make on l y one award from any so l i citation result i ng from this Sources Sought. Subm i ssion Instructions: Interested firms responding to this sources sought must provide a capability statement demonstrat i ng their experienc e, skills and capability to fulfill the Governments requirements for the abov e. The capability statement shall be in suff i cient enough detail, but not exceed 5 pages, so that the Government can determine the experience and capability of your firm to perform the requirements spec i fied in the DRAFT SOW. Please specify one primary and one alternate Point of Contact ( POC) within your firm, including telephone num b ers and email addresses in case clarifications of your submission are needed. DO NOT SUBMIT RESUMES. Respondents shall submit their response via email to the Point of Contact provided below. *The page size is to print to a Standard 8.5 x 11inch paper using Times New Roman, 11 point font, with one inch margins using Microsoft Word. *The file shall be only one, in PDF or Word, and shall be no more than five pages in its entirety. Do not send a separate cover letter or any oth e r document, submit only one f i l e. The response must be received no later than 20 July 20 1 6 2:00 p.m. EST. Only electronic copies of capability statements will be accepted on or berfore due date, and emailed to STEPHEN.LEE @DODllS.MIL. The e-mail shall contain the following subject line: Response to Sou r ces Sought Not i ce - SOCIAL MEDIA CHECKS - 925. Questions or answers will not be considered. NO PHONE CALLS WILL BE ACCEPTED or RETURNED. The decision to proceed with the acquisition is at the sole discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-16-SM-CHECKS/listing.html)
 
Place of Performance
Address: Washington DC Metro Area, United States
 
Record
SN04182594-W 20160716/160714234817-afc5736e9d4d052b898baf6c5a59a2e8 (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  © 1994-2020, Loren Data Corp.