Virginia Bids > Bid Detail

NGB Temperament Intelligence Services

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159454608630538
Posted Date: Apr 18, 2023
Due Date: May 2, 2023
Solicitation No: PANNGB-23-P-0000-005570
Source: https://sam.gov/opp/610673ad3c...
Follow
NGB Temperament Intelligence Services
Active
Contract Opportunity
Notice ID
PANNGB-23-P-0000-005570
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
NGB
Office
W39L USA NG READINESS CENTER
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 18, 2023 09:09 am EDT
  • Original Response Date: May 02, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U099 - EDUCATION/TRAINING- OTHER
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Arlington , VA 22204
    USA
Description

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)



The United States National Guard Bureau (NGB) Operational Contracting Branch, NGB-AQ, is seeking information on potential sources and industry feedback on the attached Draft Performance Work Statement for Temperament Intelligence Services. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing services for multiple locations within the United States in accordance with Department of Defense standards and applicable local, state, and Federal laws. Historically, NGB awarded a similar type contract which contained Temperament Intelligence services under W9133L22F1016. This information can be found within FPDS-NG.





TECHNICAL REQUIREMENTS



The Draft Performance Work Statement has all of the information listed in regards to the technical requirements for this effort. As a reminder, these are drafts and estimates, which are subject to be changed.





The North American Industry Classification System (NAICS) code for this requirement is 611430.



The SBA Size Standard is $15,000,000.00.



The Product Service Code (PSC) for this requirement is U099.



The Government anticipates awarding a total small business set aside acquisition for these services. The Government invites current small business companies to provide their capability statements in support of this acquisition. The determination will be made after a review of market research responses. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DOD contract and with their local SBA office. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. NGB anticipates an acquisition for a base year and four option years.



Any information submitted by respondents to this Sources Sought synopsis is voluntary. This Sources Sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming acquisition strategy.





INSTRUCTIONS:



1. The information below provides a "Contractor Capability Survey" to allow you to document your company's capabilities in meeting these requirements.



2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)



3. This sources sought inquiry is for all potential Total Small Business vendors.





Questions relative to this market survey should be addressed via email to Mr. Brandon English, NGB-AQ, at brandon.d.english.civ@army.mil.





Part I. Sources Sought:





Please provide the following business information for your firm in the following format:





Vendor Name/ Cage Code/ Point of Contact:



Socio-Economic Status / GSA Schedule #



Capability



[ABC, Inc]



Cage/UEI:[1FAK4]



Name:[John Smith]



Phone: [(555)123-4567]



Email: [john.smith@abcinc.com]



URL: www.abcinc.com



[Socio-Economic Status] / [ GSA Schedule (if applicable)]



[Provides all required services with consistent superior past performance ratings. Able to successfully provide surge capacity when required. Substantial operations in every state in Northeast Region.]





Please also indicate :



§ If your company has experience in providing the services anticipated in the attached PWS.



§ Whether your company has recent sales history to commercial companies.





Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; however, the Army National Guard is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of providing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.



Attention all potential respondents: If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting.





Part II. Request for Information:



If possible, please provide answers to the following questions.



1. Are there specific requirements in the documentation that has the effect of limiting competition among potential vendors?



2. Is there anything in the PWS that has the effect of creating duplicative of unnecessary costs to the Government? Do you have any additional comments on the PWS? Has the Government fully defined the PWS? Is there additional information that the vendor requires? If so, what information is required in order to successfully meet the Government’s need?



3. Based on your experience, are the requested services commercial in nature as defined by FAR 2.101? If so, why, and are there established catalog or market prices for these services? Has your company provided these services through a commercial contract either to non-Government entities or under a FAR Part 12 acquisition?



4. What Contract Line Item Numbers (CLINS) types does the contractor expect to see for this acquisition based on the PWS (FFP, COST, T&M)? Does the contractor anticipate requiring a Cost Type CLIN for any aspect of this acquisition? If so, please explain.



5. Does your company have firsthand experience providing same or similar type services?



6. Does your company have ability to adequately staff and maintain personnel to support tasks and deliverables within the PWS? What are the challenges to hiring/maintaining these personnel?



7. What Rough Order of Magnitude does your company expect for this cost of this requirement? Approximately how many hours each year and labor categories would be required to maintain the current requirement?



8. Does your company define these services as professional, or would they fall under the Services Contract Labor Standards (SCLS)? If your company defined these labor categories under SCLS, which labor categories would you use?





CAPABILITIES PACKAGE:



All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion.



Additional company capability information is welcome. However, responses are limited to five pages of information not related to this acquisition. Responses must be submitted electronically in a Microsoft Word or PDF compatible format to be received no later than Monday May 2, 2023 NLT 4:00 PM, Eastern Time. Direct all questions concerning this acquisition to Mr. Brandon English at the above email address. Do not contact for information regarding acquisition strategy or regarding the potential solicitation posting date.



The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.).



Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Sources Sought – NGB Temperament Intelligence Services.” Attachments with files ending in “.zip” or “.exe” are not allowable and files will be stripped and deleted from any emails received by the Government. Ensure only .pdf, .doc(x), or .xls(x) documents are attached to your email.


Attachments/Links
Attachments
Document File Size Access Updated Date
NGB Temperament Intelligence PWS - DRAFT.docx (opens in new window)
71 KB
Public
Apr 18, 2023
file uploads

Contact Information
Contracting Office Address
  • KO FOR NGB 2Y OPN DO NOT DELETE 111 SOUTH GEORGE MASON DRIVE AHS2
  • ARLINGTON , VA 22204-1382
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 18, 2023 09:09 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >