Agency: | DEPT OF DEFENSE |
---|---|
State: | Virginia |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Set Aside: | Total Small Business Set-Aside (FAR 19.5) |
Posted Date: | Apr 8, 2024 |
Due Date: | Apr 24, 2024 |
Solicitation No: | WS-24-0017 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
The U.S. Army Corps of Engineers (USACE), Army Geospatial Center (AGC), Warfighter Support Directorate, Alexandria, Virginia is conducting market research to identify potential sources that possess the expertise, capabilities and experience to provide Systems Engineering and Technical Assistance (SETA) services for General Geospatial Engineering and Administrative Services for AGC in accordance with the provisions of this draft Performance Work Statement for a potential Indefinite Delivery, Indefinite Quantity (IDIQ) contract.
AGC seeks to determine if there are Small Business qualified contractors to perform SETA in support of the AGC’s enterprise modernization efforts that would allow this to become a Small Business Set-Aside in accordance with FAR 19. This Performance Work Statement (PWS) establishes contractor requirements to provide the Technical Logistical, Analysis and Mission Continuity services instituting best-practices procured under a single award indefinite quantity indefinite deliver (IDIQ) with Task Orders that will provide details for performance within this overarching scope. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform these services as defined in this Performance Work Statement except for those items specified as government furnished property and services.
Anticipated Contract Type: Firm Fixed Price
Anticipated Date of Award: Tentatively awarded by 30 September 2024
Anticipated: Small Business Set-Aside
Response Format: Responses to this Sources Sought announcement will be used by the Government to make appropriate acquisition decisions. Submittal will be received via email in the information provided below. Respondents to this market research are specifically instructed to appropriately mark any document that contains proprietary data, trade secrets or other business sensitive information.
Questions must be provided by 16 April 2024 at 1:00pm Eastern Standard Time (EST). All responses must be sent via email to: sharron.grayson-harmon@usace.army.mil no later than 3:00pm EST 24 April 2024. Provide your contact information, and ensure your response is limited to five (5) pages.
Email to Lead Contract Specialist (Sharrón Grayson-Harmon) sharron.l.grayson-harmon@usace.army.mil. Must include “RFI (WS-24-0017 WSD) – Vendor Name Submission” in the subject line of your organization’s email.
Requested Information: Do not send your organization’s standard Capabilities Statement or Brochure. The Capability Statement shall at the minimum address the specific areas as identified below. Please provide the following via a PDF document:
1) Company name and Point of Contact(s) (Name, Title, Phone Number, Physical Address (Mailing Address) and Applicable Email Addresses)
2) UEI number and CAGE code
3) Vendor’s business type (other than small (large), small business, 8(a) participants, HUBZone small business concerns, service-disabled veteran-owned small business concerns, and economically disadvantaged women-owned small business (EDWOSB) concerns and women-owned small business (WOSB) concerns eligible under the WOSB Program;) in relation to North American Industry Classification System (NAICS) 541519 (Other Computer Related Services)
4) If it is determined this requirement is appropriate for a small business set-aside, FAR clause 52.219-14 requires that at least 50% of the work be completed by the prime contractor.
5) A brief Statement of Capability (maximum 5 pages) size 12 Arial/Times New Roman Font and PDF; The Government is seeking those that possess and demonstrate an in-depth understanding of all the requirements stated in the Draft PWS. This Statement of Capability should address and specify what types of labor categories you anticipate for completion of the SETA requirement.
6) Provide the Contractor Performance Assessment Reporting System (CPARS) Contract number in order for AGC to review determination of past performance of similar scope / complexity of work.
6) The Government is considering the 541519 (Other Computer Related Services). Specify the North American Industry Classification System (NAICS) code your company would use if different.
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Follow DA10--BrainLab NAVIGATION SOFTWARE SUBSCRIPTION Active Contract Opportunity Notice ID 36C26224Q1050 Related Notice
VETERANS AFFAIRS, DEPARTMENT OF
Bid Due: 4/30/2024
Follow Code Maintenance Bridge Active Contract Opportunity Notice ID Related Notice Department/Ind. Agency
DEPT OF DEFENSE
Bid Due: 4/30/2024
Follow Conference Planning Software System and Professional Support Services Active Contract Opportunity Notice
DEPT OF DEFENSE
Bid Due: 5/13/2024
Views: Current Version ( 16 ) All Versions ( 16 ) Details RFP-63804
State Government of Virginia
Bid Due: 5/09/2024