Federal Bid

Last Updated on 10 Jul 2019 at 2 AM
Sources Sought
Location Unknown

HUBZone Geographical Information System

Solicitation ID SBAHQ-14-R-0012
Posted Date 22 May 2014 at 2 PM
Archive Date 09 Jul 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sba Contracting
Agency Small Business Administration
Location United states
SOURCES SOUGHT ONLY: This is a Sources Sought request for information to be used for market research purposes, only. The Government is conducting market research to assist in determining the appropriate acquisition strategy and potential set-asides. The Government is seeking responses from all businesses capable of performing the required services. THIS IS NOT A REQUEST FOR QUOTE or PROPOSAL. Responses to this announcement are not considered quotes or offers and cannot be accepted by the Government to form a binding contract. The government shall not be held responsible for any costs incurred in response to this sources sought announcement. Participation is strictly voluntary.

The U.S. Small Business Administration (SBA) administers the Historically Underutilized Business Zone (HUBZone) program and has a recurring requirement to update and maintain its current Geographical Information System (GIS) maps. This maintenance includes the preparation of geographic files that correspond to the HUBZone map layers and the maintenance of the public web map application. The applicable NAICS code is 541511. Please see the attached scope of work that describes in greater detail the need and current requirements.
The SBA may enter into one or more Blanket Purchase Agreements with respondents to this Sources Sought notice. Special consideration will be given to Small Businesses, 8(a), HUBZone, Service Disabled Veteran Owned or Women-Owned Small Businesses.

Respondents shall provide a full description of their capability to meet the anticipated requirement. Feedback on this requirement is encouraged-do not feel restricted to the details set forth in the current scope of work.

All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Interested respondents should submit a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) clearly demonstrating the firm's ability to perform the services listed. A generic capability statement is not acceptable. Please review the requirements listed below. At a minimum, the package shall address the following:

1. Title of the requirement; Company Name; Address; and Point of Contact (POC) name, phone number, and email address.
2. Company profile to include office location(s), DUNS number/CAGE Code, NAICS, and a statement regarding current small business status to include small business type(s)/certification(s) such as: 8a, HubZone, SDVOSB, etc.
3. Prior/current experience (private and/or government) for performing efforts of similar size and scope within the last five years. Statements should describe the dollar value, period of performance, indicate whether your firm acted as the prime or subcontractor, list a customer Point of Contact with phone number, and provide description of the experience. Were there any problems or other issues associated with this experience, if so how were they handled?
4. Management approach to staffing this effort with qualified personnel which should address current hires available for assignment to this effort.
5. State the lead time (days) necessary for your firm to begin full performance after award.
6. In your opinion, what are the risks (technical, cost, schedule, or performance) associated with this effort? How should these risks be mitigated?
7. An estimate of pricing associated with this type of work, on the basis of the attached Scope of Work and Deliverable table.
8. Any suggestions or comments about the NAICS code selection, contract type, or effort in general.

Responses shall be no more than 10 pages in length, single spaced shall be submitted via email only to Susan Smerdel, Contracting Officer, [email protected], no later than June 30, 2014 by 3:00p.m. Mountain Time. Any appendix, graphs or tables is included count toward the page limitation. Please note that this is not a request for quotes or proposals; the Government is seeking information only.

 

 

 

Bid Protests Not Available