SOURCES SOUGHT - DSCA Country Financial Services
This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified 8(a) business sources under North American Industry Classification System (NAICS) 541513 (Computer Facilities Managemen... This is a SOURCES SOUGHT notice. The Government is seeking to identify qualified 8(a) business sources under North American Industry Classification System (NAICS) 541513 (Computer Facilities Management Services). The Small Business Size Standard is $27.5 million. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to rank submittals or provide any reply to interested companies and responses will not be returned. 1. CONTRACT INFORMATION The Defense Security Cooperation Agency (DSCA) is responsible for coordination and oversight of the Department of Defense (DoD) Security Cooperation (SC). The DoD utilizes Security Cooperation to create trust and influence, while promoting access and interoperability vital to U.S. national security. The Foreign Military Sales (FMS) program is one component used to support coalition-building efforts. Additional SC components include the International Military and Education Training (IMET) program, the Foreign Military Funding (FMF) program, and the Excess Defense Articles (EDA) program. DSCA requires selected financial analytic skills and capabilities, including specialized analysis, to provide decision support in order to execute this vital national security mission. This is a non-personal services contract to provide administrative and technical services in support of the DSCA's Country Financial Management Division. The contractor is required to plan, organize, and support the execution of Pre-Countersignature Meetings and Financial Management Reviews, and conduct follow-up actions based on the results of those meetings using a solid understanding of associated business and administrative processes, information technology, and data entry, tracking and analysis techniques. Further, the contractor shall be required to enter data, ensure completeness, and perform quality control checks on the accuracy of the database tracking the status of funds associated with FMF, FMS, and BPC program activities between DSCA and the Department of State. 2. SUBMISSION REQUIREMENTS Interested firms should submit a document which furnishes information describing relevant demonstrated experience and qualifications in the following format: The submissions should be Times New Roman, font size 12 and should not exceed 10 one-sided, 8 ½" X 11" pages. The submission will address all questions in the Capabilities Questionnaire and your ability to perform the services described herein, and in the attached PWS. Computer files must be compatible with the latest version of Microsoft Word. Submit responses via email to terry.e.walker@usace.army.mil. Submission shall be received no later than 12:00pm, CST, on March 18th, 2019. NO HARDCOPY OR FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Cover letters and extraneous materials (brochures, etc.) will not be considered. Questions concerning submissions should be directed to Terry Walker, Contract Specialist, at Terry.E.Walker@usace.army.mil. Personal visits for the purpose of discussing this announcement will not be scheduled. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP) nor does it restrict the Government as to the ultimate acquisition approach. CAPABILITIES QUESTIONNAIRE Note: Please respond to all questions as completely as possible. 1. Business Name: (Insert Business Name) 2. Business Address: (Insert Business Address) 3. Cage Code: 4. NAICS Code: Is your firm registered under NAICS Code 541512 for Computer Systems Design Services? 5. Responsible Point of Contact: (Name, telephone and email) 6. Check All That Apply: Our firm is a ___ 8(a) Small Business ___ Service-disabled Veteran-owned Small Business (SDVOB) ___ HUBZone Small Business ___ Small Disadvantaged Business ___ Woman-Owned Small Business ___ Native American ___ Alaskan Native ___ Small Business ___ Large Business SECTION 2: CONTRACTOR ARRANGEMENT 1. Our firm will be proposing on this project as a: ___ Sole Contractor ___ Prime Contractor (if small business) - performing at least 50% of the work with subcontractor(s) ___ Prime Contractor (if small business) - performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted) ___ Joint Venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUBZone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19.1403(c) and 13 CFR 125.15(b).) ___ Prime Contractor with a mentor protégé arrangement please provide the firm you currently have an arrangement with and the length of time, as well as the specifics about the experience of the prime and the subcontractor. SECTION 3: CAPABILITY Please refer to the attached PWS when preparing answers to the questions below. 1. Please describe your technical experience/expertise with developing, maintaining an integrated information systems. 2. Please provide your experience managing large DoD programs and compliance with their respective security requirements. 3. Please provide your experience with helpdesk support. 4. Please describe your ability and expertise to support the tasks listed in the attached PWS. Please include potential partnership arrangements if applicable. 5. Does your firm have the ability to work at the location listed in section 8 - Place of Performance, of the attached PWS? Are there any limitations on where you can work? 6. Is there a particular dollar value of a procurement that would be too low for you to prepare a proposal? If yes what is that dollar value? 7. Is there a particular dollar value of a procurement that would be too high for you to prepare a bid? If yes, what is that dollar value?
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »