RESPONSE:
Responses must reference the Sources Sought Number FMS-HQ-10-SS-0003 and include the following: (1) Name and Address of the Organization, (2) The size standard and small business program (8a, Service Disabled Veteran, HubZone, etc- including any teaming partners) status of the company as seen at listed under www.ccr.gov, (3) Point of contact with name, title, phone, fax and email, (4) DUNS number, (5) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Organizations responding to this market survey should keep in mind that only focused and pertinent information is requested. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Taking into account the magnitude of the scope of this professional recruitment effort, organizations also should address the capacity of their financial infrastructure to coordinate and deliver contract performance. Although no geographic restriction is anticipated, if responding organizations are located outside the Washington Metropolitan area, indicate how the organization would coordinate with the FMS program Office located in Hyattsville, MD to provide support. (6) List of three references of similar types of services have been previously provided to include contract number, description of service, dollar value, name and phone number of customer-must be relevant to the requirement and be within the last three years or not later than April 6, 2010.
The Government will evaluate market information to ascertain market capacity to 1) potentially provide the administrative support services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) potential capacity to secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) potential capability to implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel; and risk mitigation; and 4) potential to provide services under a performance based service acquisition contract.
Question and/or inquiries should be sent via e-mail to [email protected] with the subject line, FMS-HQ-10-SS-0003-Capability Statements or Questions - Due date June 24, 2010; 4:00 p.m. EST. No telephone inquiries or responses will be accepted.
Responses will be accepted immediately but are due no later than July 7, 2010, by 4PM EST. Telephone inquiries or responses will not be accepted. Responses and/or inquiries should be sent via e-mail to [email protected] with the subject line, FMS-HQ-10-SS-0003.
THIS SOURCES SOUGHT IS FOR INFORMATION AND PLANNING PURPOSES ONLY AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS ANNOUNCEMENT AND ANY FOLLOW-UP INFORMATION REQUESTS. RESPONDENT WILL NOT BE NOTIFIED OF THE RESULTS OF THE REVIEWS. ALL INFORMATION SUBMITTED IN RESPONSE TO THIS ANNOUNCEMENT MUST BE RECEIVED ON OR BEFORE THE CLOSING DATE. THE CLOSING DATE FOR ALL RESPONSES IS July 7, 2010 at 4PM EST.