The anticipated NAICS Code for this requirement is 561110 - Executive Management Services and the Size Standard is $7.5 million. The Government has not yet determined whether an existing strategically sourced vehicle will be used to satisfy this requirement. If it is determined to be in the best interest of the Government to utilize Seaport-E, then the applicable NAICS code and size standard will be 541330 - Engineering Services and $38.5 million. Respondents should provide their business size in both potential NAICS.
Reponses to this Sources Sought request should reference N4657917RC00RRL and shall include the following information in this format:
1. Company name, address, point of contact name, phone number, fax number and email address.
2. Contractor and Government Entity (CAGE) Code.
3. If the services can be solicited from a GSA schedule, provide the GSA contract number.
4. If the services can be solicited from SeaPort, provide the contract number.
5. Size of business - Large Business, Small Business, Small Disadvantage, 8(a), Hubzone, Woman-owned, and/or Service Disabled Veteran-owned.
6. A copy of SAM.GOV active registration. Must reflect Data Universal Numbering System, Commercial and Government Entity, and Reps/Certs.
7. An Estimated Rough Order of Magnitude (ROM)
8. Capability statement displaying the contractor's ability to provide the services, to include past performance information. If past performance information is provided, please include only relevant past performance on the same/similar work within the last 5 years. Please also include in past performance information the contract numbers, dollar value, and period of performance for each contract referenced in the response to this sources sought.
9. Include any other supporting documentation.
10. Comments or suggested changes to the Government's NAICS Determination
11. Identify conditions or issues the U.S. Government should consider or may interfere with the intention of this project.
Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed five (5) typewritten pages in no less than 12 font size.
Responses should be submitted e-mail to Cheryl Somers @ [email protected] by 1:00 PM Eastern Daylight Time on Monday, 10 July 2017. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any is issued.
Attachments:
Attachment I - Draft Performance Work Statement
NOTE: Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. Again, this is not a request for a proposal. Please note the information within this Sources Sought Notice will be updated and/or may change prior to an official synopsis/solicitation, if any.