In an exciting development for the large Prime Government Contractors community, the Minority Business Development Agency (MBDA) network, and small, emerging, and Minority Business Enterprises (MBEs) across the country, the MBDA Federal Procurement Center (FPC) is officially transitioning its operations to KDM & Associates, LLC. This transition marks a strategic realignment, bringing new leadership, fresh initiatives, and stronger partnerships to better support the escalating demand for shovel-ready, small and emerging businesses to address the Nation’s supply chain requirements. Historical data confirms that small and minority owned businesses have consistently faced barriers to entry in the Federal acquisition sector. As such, the Federal Procurement Center’s suite of Government contracting support services will remain accessible, but with an even greater focus on empowering – through intense capacity building, mentorship, and defined support services to achieve sustainable success.
The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; and 2) determine whether to conduct a competition with full and open competition or through a small business set-aside. To assess the market capacity, the government will review potential offeror’s past performance with respect to this type of work (provide in the relevant Past Perfor...
RFI responses shall be no more than a total of 5 pages. Page size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format.
Based on the responses to this sources sought notice, the Government will assess small business capabilities to satisfy the agency’s requirements and decide if this procurement should be set-aside for small business. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
INQUIRES: This sources sought/request for information is not a commercial solicitation, and the government will not pay for any information submitted or for any costs associated with providing the information requrested herein. All interested parties must have an active CAGE Code, as well as be registered in SAM to be eligible for any potential contract award. inforamtion on registration and annual confirmation requirements may be obtained at https://sam.gov/content/home. &nbs...
BASIS FOR AWARD: The award will be made to one responsible offeror whose proposal is determined to be technically acceptable, and lowest priced. To receive consideration for an award, an “Acceptable” rating must be achieved for all the non-cost evaluation factors: Technical Approach and Experience. Price will be evaluated in accordance with FAR 15.404-1 Proposal analysis techniques. Price will be the determining factor for proposals rated as acceptable for the ...
THE TENTATIVE DATE FOR ISSUING THE RFP IS ON OR BEFORE MID-NOVEMBER 2024. Period of Performance: One (1) year from the date of contract award, four (4) option periods of twelve (12) months each, and one (1) option period of six (6) months. The total duration of contract performance will not exceed five (5) years and six (6) months. IDIQ Capacity: $35 million for the life of the contract, including any exercised options. NAICS: 541990 - All Other Professional, Scientifi...
Selection Process: This is a single-phase procurement. The proposals will be evaluated using a Best Value Trade Off source selection process. The technical information contained in the Offeror's proposal will be reviewed, evaluated, and rated by the Government. The proposal for this procurement, at a minimum, will consist of the following: Past Experience, Past Performance, Quality Management system, and completion of a Sample Task Order. Pro Forma Information such as b...