DEA Project Management Support Services

Agency:
State: Virginia
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159582573656262
Posted Date: Mar 15, 2024
Due Date: Mar 26, 2024
Source: Members Only
Follow
DEA Project Management Support Services
Active
Contract Opportunity
Notice ID
RFI-D-24-FS-0107
Related Notice
Department/Ind. Agency
JUSTICE, DEPARTMENT OF
Sub-tier
DRUG ENFORCEMENT ADMINISTRATION
Office
HEADQUATERS
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 15, 2024 11:58 am EDT
  • Original Response Date: Mar 26, 2024 10:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 10, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: 8(a) Set-Aside (FAR 19.8)
  • Product Service Code: J074 - MAINT/REPAIR/REBUILD OF EQUIPMENT- OFFICE MACHINES/TEXT PROCESSING SYS/VISIBLE RECORD EQUIPMENT
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:
    Springfield , VA 22152
    USA
Description

The Drug Enforcement Administration (DEA) is requesting a vendor for a multi-year agreement to provide Professional Project Management Support and Subject Matter Expert advice in the areas of, government leasing, space planning, architectural & engineering design, building construction, facility support systems (IT, AV, security, waste management, parking) and relocation coordination, as described in the attached statement of work (SOW). The vendor must be able to meet all the security requirements and tasks outlined in the attached SOW.



This is a Sources Sought Notice, Request for Information (RFI). This is not a Request for Proposal (RFP) or Request for Quote (RFQ). This Notice in no way binds the Government to solicit or award a contract. No solicitation exists at this time and proposals are not being requested or accepted with this notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The information provided in this notice is subject to change and is not binding on the Government.



Responders are advised that the U.S. Government will not pay any cost incurred in response to this RFI and all costs associated with responding will be solely at the interested party's expense.



This RFI is being used as a Market Research tool for informational purposes and for preliminary planning purposes to identify potential sources that may possess the expertise, capabilities, and/or experience to perform the anticipated requirements.



The government intends to issue a solicitation for this requirement as an competitive 8(a) set-aside. Participants in the 8(a) program are encouraged to respond. Interested vendors should respond and affirmatively indicate if requirements can be met as specified on an all or none basis, either individually (by vendor) or through teaming with other vendors. Please provide the following information:



1. Company name; mailing address; physical address; point of contact; telephone number; fax number; e-mail address; DUNS number; NAICS code; company business size (if small, indicate type); and if applicable: GSA Federal Supply Schedule, SIN number, and GSA contract number.



2. A tailored capability statement between one and five (5) pages that addresses the particulars of the attached Statement of Work with appropriate documentation that clearly supports the claims of capability. Specifically, your capability statement should describe your Project Management Support Services capabilities.



Prior Government contract work is not required for submitting a response under this RFI. Responding to this RFI is not a prerequisite for participation in any possible future competitive procurement for which a business is eligible to participate (if any is issued), but participation will assist the Government as to the extent of companies available for this procurement. Failure to respond or submit information in sufficient detail may result in a company not being considered a likely Offeror.



Respondents are advised that the Government is under no obligation to acknowledge receipt of the information submitted. Respondents will not individually be notified of the results of the Government assessments and should not anticipate feedback with regard to its submission.



No proprietary, classified, confidential or sensitive information should be included in your response to this RFI. Responses will not be returned. All documentation shall become the property of the Government. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation.



The Government reserves the right to determine the method of acquisition and issuance of a possible solicitation based on the responses received for this notice. The Government's evaluation of the responses received will factor into the Government's determination whether any forthcoming solicitation will be conducted on an unrestricted or set-aside.



After a review of the responses received, a solicitation will be issued. Responses to this RFI will not be considered adequate responses in any resultant solicitation.



Interested sources shall provide responses via email in softcopy form (electronically) in Microsoft Word compatible format on or before 10:00 AM ET (Eastern Time) March 26, 2024 to Van.A.Nixon@dea.gov Fax submissions will not be accepted. Responses received after this date and time may not be considered in the Government's market research.




Attachments/Links
Contact Information
Contracting Office Address
  • 8701 MORRISSETTE DRIVE
  • SPRINGFIELD , VA 22152
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 15, 2024 11:58 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 >