Federal Bid

Last Updated on 22 Jul 2010 at 8 AM
Sources Sought
Location Unknown

Collections Through Skip Tracing, Data Scrubbing, Debt Scoring

Solicitation ID FMS-HQ-10-SS-0003
Posted Date 16 Jun 2010 at 12 PM
Archive Date 22 Jul 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Acquisition Management Division
Agency Department Of Treasury The
Location United states
This is a sources sought announcement to seek potential vendors that could fulfill the requirements in the attached Draft Performance Work Statement (PWS). THIS SOURCES SOUGHT ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSALS AND THE GOVERNMENT IS NOT COMMITTED TO AWARD A CONTRACT PURSUANT TO THIS ANNOUNCEMENT. NO SOLICITATION PACKAGE IS AVAILABLE AT THIS TIME AND REQUESTS FOR SOLICITATION PACKAGES WILL NOT RECEIVE A RESPONSE. The acquisition will be for a total period of five (5) years to include the base and four option years. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 54152, Other Computer Related Services. The Draft PWS for this effort is posted with this announcement.
The applicable Small Business Size Standard is $25,000,000. This Sources Sought Synopsis is in support of market research being conducted by the Department of The Treasury, Financial Management Service (FMS), Acquisition Management Division (AMD), to identify potential small business sources for Improving Debt Management Services (DMS) Collections through Skip Tracing, Data Scrubbing, and Debt Scoring as described below in the attached PWS. Based on the response to this Sources Sought, FMS will decide if this requirement will be set aside for small businesses and /or a specific small business program (8a, HubZone, or Service Disabled Veteran), or Full and Open Competition.

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.

Bid Protests Not Available