Federal Bid

Last Updated on 20 Apr 2019 at 8 AM
Sources Sought
Fort belvoir Virginia

JFHQ-NCR/MDW Force Mangement SME Support Services

Solicitation ID W91QV119R0068
Posted Date 15 Apr 2019 at 1 PM
Archive Date 20 Apr 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Fort belvoir Virginia United states 22060
On behalf of The Joint Force Headquarters National Capital Region, Military District of Washington (JFHQ-NCR)/MDW, the Mission and Installation Contracting Command (MICC-FB) is issuing this source sought notice as a means of conducting market research.

THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for force management subject matter expert that can provides full range of support for all matters pertaining to Army's Force Army's Force Development and Documentation Process, Total Army Analysis (TAA), Force Management System Web Site (FMSWeb), and all matters pertaining to joint force and manpower process support on an SOLE SOURCE basis, but is seeking vendors that may be perform this requirement in order to support a competitive procurement. Accordingly, the U. S. government highly encourages all interested business (large and small) to respond to this sources sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside.

The proposed sole source firm-fixed price contract to SAGEONE, INC., located at 3250 W Big Beaver Rd, STE 429, TROY, MI 48084-2902 for force management subject matter expert services support. The statutory authority for sole source procurement is 41. U.S.C 1901 as implemented in Federal Acquisition Regulation Subpart 13.5, Simplified Procedures for Certain Commercial Items Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data.

If you feel your firm can provide these services, please submit a capabilities statement by 3:00 PM EST, 19 April 2019 via email to Contract Specialist Diandra Green at [email protected] and Contracting Officer Harry Shatto at [email protected]. Telephone responses will NOT be accepted. This notice 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. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive 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. The NAICS code(s) is 541611, Administrative Management and General Management Consulting Services. The aforementioned NAICS Code is associated with a size standard of $15,000,000.00.

Please provide the following information within your capability statement:

(1)Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large and small business) if any applicable, a statement regarding small business status(including small business type(s)/certifications(s) such as SDB, 8(a), HUB Zone, SDVOSB, WOSB, etc.) and the corresponding NAICS code under541611, Administrative Management and General Management Consulting Services.

(2)Firm's capability to perform the required service. Be specific with relevant contracts of same or similar in nature of work, size, and complexity. Include contract description, dollar value, and customer POC. Describe your recent and relevant contracts performed within the past three years for the same or similar service. Contracts may include those with Federal, State and local Government as well as private companies. Each reference must include the contract dollar value; the contract period of performance; and a brief description of the contract requirements. 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.

(3)Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.


Interested contractors must submit capability statements via email to Diandra Green at [email protected] and Harry Shatto at [email protected] no later than 3:00 PM ET on 19 April 2019. Telephone responses will NOT be accepted.

Contracting Office Address:
9410 Jackson Loop
Fort Belvoir, Virginia 22060-5134
United States

Bid Protests Not Available

Similar Past Bids

Location Unknown 16 Sep 2008 at 6 PM
Washington District of columbia 15 Nov 2022 at 7 PM
Fort myer Virginia 15 Dec 2022 at 7 PM
Fort myer Virginia 06 Jan 2023 at 8 PM
Location Unknown Not Specified

Similar Opportunities

Tacoma Washington 06 Aug 2025 at 4 AM
California 18 Jul 2025 at 9 PM
California 18 Jul 2025 at 9 PM
Oklahoma 27 Jul 2025 at 4 AM (estimated)