Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:12445021Q0028
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Staffing Support Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to thi...
THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure Staffing Support Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. The U.S. Department of Agriculture (USDA) Forest Service (FS) is a Federal Agency that manages public lands in national forests and grasslands under a founding principle, "To provide the greatest amount of good for the greatest amount of people in the long run".? The agency’s mission is to “sustain the health, diversity, and productivity of the Nation’s forests and grasslands to meet the needs of present and future generations”.??? The USDA FS, Eastern Zone is conducting market research to determine available vendors to provide Staffing Support Services for various occupations identified under the Service Contract Labor Standards Wage Determination.??The states/territories included with scope are Alabama, Arkansas, Florida, Georgia, Illinois, Indiana, Kentucky, Maine, Maryland, Missouri, Louisiana, Mississippi, Nebraska, New York, North Carolina, Ohio, Pennsylvania, Puerto Rico, South Carolina, Tennessee, Texas, U.S. Virgin Island, Vermont,?Virginia, and West Virginia. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. It is anticipated that the forthcoming solicitation will result in award of a single Indefinite Delivery Indefinite Quantity contract. There will be a base ordering period of 12 months (January 1, 2022 – December 31, 2022) with 4 additional ordering periods, each 12 months in length. The anticipated NAICS code(s) is/are: NAICS Code 561210 - Facilities Support Services with a size standard of $41.5M. A continuing need is anticipated for the Service Contract Labor Standards (SCA) based Staffing Support Services supporting USDA Forest Service locations throughout the Eastern U.S. These services are currently being provided across a smaller geographic area under contract # AG-4568-C-17-0019. Attached is the draft Performance Work Statement (PWS). In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) given the anticipated NAICS code as detailed above. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Identify how the contract can best be structured to facilitate competition by and among small business concerns, while allowing for resultant task orders to be issued on a pre-priced basis (wrap rate x wage determination rates). 5. Recommendations to improve the approach/draft PWS to acquiring the identified services. Information Submission Instructions: Information submitted must be in sufficient detail as to allow for a thorough government review of firm’s interest and capabilities. This information is due no later than Friday, June 11, 2021 at 11:59 PM (EDT). Please email to Chandria Fulghum at Chandria.Fulghum@usda.gov and Keith Friot at Keith.D.Friot@usda.gov