National Guard Bureau J1 Combined Support Services

Location: Virginia
Posted: Dec 6, 2023
Due: Dec 18, 2024
Agency:
Type of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Publication URL: To access bid details, please log in.
Follow
National Guard Bureau J1 Combined Support Services
Active
Contract Opportunity
Notice ID
W9133L24R3006
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 06, 2023 12:09 pm EST
  • Original Response Date: Dec 18, 2024 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 02, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: R499 - SUPPORT- PROFESSIONAL: OTHER
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Arlington , VA 22204
    USA
Description

SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)



The United States Army National Guard Operational Contracting Branch, NGB-AQ, is seeking information on potential sources and industry feedback on the attached Draft Performance Work Statements for J1 Combined Support 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.



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 541611.



The SBA Size Standard is $24,500,000.



The Product Service Code (PSC) for this requirement is R499.



The Government anticipates awarding a competitive 8(a) acquisition for these services. The Government invites current 8(a) 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. The Army National Guard anticipates an acquisition for a base and four option years plus the 52.217-8 option of 6 months.



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 solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business program.



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 8(a) vendors.



Questions relative to this market survey should be addressed via email to MSgt Brittany Hopkins, NGB-AQ, at brittany.l.hopkins11.mil@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:





[ABC, Inc]



Cage:[1FAK4]



Name:[John Smith]



Phone: [(555)123-4567]



Email: [john.smith@abcinc.com]



URL: www.abcinc.com



Socio-Economic Status / ITES-3S Contract #:



1. [Small Business]



2. [8(a) Certified]



3. [SDVOSB]



4. [WOSB]



5. [ ITES-3S Contract]



Capability:



[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 in this table:




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

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





Attention: An eligibility determination from the SBA verifying your 8(a) status will be requested upon any solicitation resulting from this Sources Sought.





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?



4. Are the services commercial in nature? Has your company provided these services through a commercial contract either to non-Government entities or under a FAR Part 12 acquisition?



5. 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.



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



7. 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?



8. 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?



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 December 18, 2023 at 4:00 PM EST. Direct all questions concerning this acquisition to MSgt Brittany Hopkins 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 – J1 Combined Support 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
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
  • Dec 06, 2023 12:09 pm ESTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow C1DA--Project# 534-23-102 A/E Replace Roofs Phase 2 Request for SF-330's Active Contract

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 3/31/2025

Type Number Description Due By Opening Status 1159 Eisenhower Broadband Communication Link Project

City of Alexandria

Bid Due: 4/17/2025

Views: Current Version ( 24 ) All Versions ( 53 ) Details IFB-88983

State Government of Virginia

Bid Due: 3/27/2025

Views: Current Version ( 25 ) All Versions ( 25 ) Details IFB-88993

State Government of Virginia

Bid Due: 3/27/2025

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only for convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.