The Washington Headquarters Services (WHS) Acquisition Directorate (AD) is conducting market research to locate qualified, experienced and interested large and small businesses (e.g., 8(a), service-disabled veteran owned, Hubzone, small disadvantaged, veteran-owned, and women-owned) to assess qualified, and experienced interested sources to provide for the Secretary Of Defense Corporate Fellows Program (SDCFP) Services. Please see the Draft Performance Work Statement that outlines the description of services that are required.
The purpose of this document is to gain knowledge of interest, capabilities, and qualifications from vendors. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. At this time no solicitation exists. Therefore, please do not request a copy of the solicitation. This acquisition has an estimated minimum dollar amount of $65,000.00 and an estimated maximum dollar amount of $80,000.00.
Instructions:
Interested businesses having the capabilities necessary to perform the stated requirements may submit capability statements via to the Contract Specialist, Karen A. Smith, at [email protected].
Respondents may email questions of this notice by April 15th 2015 05:00pm EST
Responses must be submitted no later than April 29th 2015 12:00pm EST
Capability statements will not be returned.
Please provide the following information:
1. A brief three to five page synopsis of similar work performed.
2. DUNS and CAGE Code Number.
3. Company name and address.
4. Company Point of Contact, phone number and email.
5. NAICS codes associated with the company.
6. Socio-economic categories associated with the company (i.e., SDB, WOSB, VOSB, etc.)
7. Identify contracts your company has been awarded under NAICS: 611430 Business colleges or schools not offering academic degrees . Additional information on NAICS codes can be found at www.sba.gov.
8. Recommended/suggested NAICS codes for this effort.
9. Identify if your company has any pre-existing contract vehicles and the contract number for similar services.
10. Highest Facility Security Clearance held and the personnel supporting the requirement on day one of contract support.
11. Point of Contact, phone number, and emails of individuals who can verify the demonstrated capabilities identified in the responses.