Skip to main content

An official website of the United States government

You have 2 new alerts

Contract Lifecycle Management (CLM) System Support

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)
  • Original Published Date: Apr 19, 2022 03:13 pm EDT
  • Original Response Date: May 03, 2022 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541611 - Administrative Management and General Management Consulting Services
  • Place of Performance:

Description

SOURCES SOUGHT NOTICE

This is a Sources Sought Notice ONLY.

The Court Services and Offender Supervision Agency (CSOSA) is conducting market research to ascertain the availability of interested and capable Small Businesses (SB) offers expert contractor support services to assist Office of Investigations, Compliance, and Audits (OICA) and the Office of Procurement in completing maximum implementation, deployment, and use of the Agency’s Contract Lifecycle Management (CLM) system.

The Government anticipates a Total Small Business Set-Aside, provided one or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. The U.S. Government will not be able to set aside this requirement if one or more SB do not respond with information to support the set-aside. We encourage all SB to identify their capabilities in meeting requirements in draft SOW attached at a fair market price.

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred due to an interested party preparing a response to this notice. Court Services and Offender Supervision Agency (CSOSA) will not return any information or documents submitted by responders in response to this Sources Sought. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if issued. If CSOSA releases a solicitation, the agency will synopsize the procurement action on the Government wide Point of Entry and GSA eBuy. It is the responsibility of potential offerors to monitor the Government wide Point of Entry or GSA eBuy for additional information pertaining to this requirement.

The anticipated NAICS code(s) is 541611,  Administrative Management and General Management Consulting Services ; size standard is $16.5M.

CSOSA anticipate procuring of Procurement in Contract Lifecycle Management (CLM) System Support. In response to this sources sought, please provide responses to questions below.

1. Name of your firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/ certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.

2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.

3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. CSOSA is specifically seeking information on the respondent’s experience working with federal and state governments providing Professional Development Program(s).

4. Provide any recommendations on how CSOSA can best structure requirements in attached Statement of Work (SOW) to facilitate competition by and among small business concerns.

5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this proposed acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Provide information to Elijah Anderson at elijah.anderson@csosa.gov.

6. Recommendations to improve the approach/training topics/description of curriculum/ specifications/draft SOW to acquiring the identified items/services.

7. Please send all responses to this sources sought by May 3, 2022 at 11:00 AM EDT. Please provide response by email, except unreasonably restrict competition responses, to Mr. Colin Lee at the following email address: Colin.Lee@csosa.gov.

8. Attached to this sources sought is a draft Statement of Work for use by interested parties to assess their capability to meet the government’s general requirements. Intrested parties responding to this Sources Sought must have expert knowledge of Oracle Financial software and its Federal Contract Lifecycle Management procurement module.  Attached SOW is only a draft and is subject to changes.

Contact Information

Contracting Office Address

  • OFFICE OF PROCUREMENT 633 INDIANA AVE SW, SUITE 880
  • WASHINGTON , DC 20004
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • May 18, 2022 11:55 pm EDTSources Sought (Original)