Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2004 FBO #0895
SOURCES SOUGHT

R -- Support of the Unique Identification and Purchase Card Programs

Notice Date
5/6/2004
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACA, Capital District Contracting Center, Directorate of Contracting, 9410 Jackson Loop, Suite 101, Fort Belvoir, VA 22060-5116
 
ZIP Code
22060-5116
 
Solicitation Number
W91QV1-04-R-0014
 
Response Due
8/2/2004
 
Archive Date
10/1/2004
 
Point of Contact
Delena Rauanheimo, 703 806-4472
 
E-Mail Address
Email your questions to ACA, Capital District Contracting Center
(Delena_A_Rauanheimo@Belvoir.Army.Mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Capital District Contracting Center is seeking small business firms capable of performing management support to the Joint Program Management Office (JPMO), Falls Church, VA. The contractor(s) must possess knowledge regarding configuration management of major weapon systems, electronic business architecture and systems, and a thorough understanding of commercial standardization governance procedures including , but not limited to, ISO. Contractor(s) must possess knowledge regarding configuration management of major weapon systems, electronic business architecture and systems, and a thorough understanding of commercial standardization governance procedures incl uding, but not limited to, ISO. Contractor(s) must possess a thorough knowledge and understanding of DoDs requirements definition and program management regulations, directives and practices. The contractor will support efforts related to future purchase card capabilities/requirements and resource requirements; appropriate performance measures; implementation schedules; and policies, processes and systems requirements. In addition, the contractor will be expected to participate in the standardization of p urchase card related policies, procedures, practices and management across the DoD. The DoD has mandated the Unique Identification (UID) of all property items delivered to the Government having an acquisition cost of $5,000 and that meet certain other cri teria. Through this new policy, the Department will be able to consistently capture the value of items it buys, control the items during their use and combat counterfeiting of parts. The contractor will be expected to analyze UID issues identified by the JPMO and will be expected to prepare analytical alternatives to assist the JPMO in developing guidance and publications to address specific UID issues. The initiatives to be examined include, but are not limited to, performance metrics, legislative langu age proposals, roles and responsibilities, process flows, data mining, and internal controls. A number of studies are anticipated including: assessing and refining existing business rules; assessing UID implementation impact on AIT infrastructure requirem ents and funding; and investigating industry technologies and practices for developing and maintaining catalogs and registries of items. In addition, the contractor will prepare briefings to recent findings to the Department leadership and provide adminis trative support. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL. It is a market research tool used to determine the availability and adequacy of potential small businesses prior to issuance of a Request for Proposal. The Government is not obligated to and w ill not pay for any information received from potential sources as a result of this synopsis. This will be a Fixed Price, Indefinite Delivery, Indefinite Quantity (IDIQ) contract for a base period of one year with four one-year options. The North America Industrial Classification (NAICS) Code is 541611 (SIC Code 8742) with a size standard of 6 million. It is requested that interested small business firms submit to the contracting office a brief capabilities statement package (no more than 15 pages in leng th, single-spaced, 12 point font minimum) demonstrating ability to perform the requirement described above. The page limitation cited is not inclusive of resumes/personnel information. This documentation shall address, as a minimum the following: (1) Pr ior/current corporate experience in performing efforts of similar size and scope within the last three years, including contract number, and organization supported, indication of whether the prime or subcontractor, contract value, Government point of conta ct and current telephone number, and a brief description of how the contract referenced relates to this requirement; (2) Company profile to include number of employees, annual revenue history, office location(s), CAGE Code and DUNS number and a sta tement of Small Business status; (3) resources available such as corporate management and current-employed personnel to be assigned to the project to include professional qualifications and specific experience of such personnel; (4) management approach to staffing this effort with qualified personnel that should address current hires that would be available for assignment to this effort, possible subcontract/teaming arrangements, and strategy for recruiting and retaining qualified personnel. The capability statement package shall be sent by mail to the following address: Delena Rauanheimo; 9410 Jackson Loop, Suite 101; Fort Belvoir, Va. no later than 14 April 2004. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAY-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 07-MAY-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: ACA, Capital District Contracting Center Directorate of Contracting, 9410 Jackson Loop, Suite 101 Fort Belvoir VA
Zip Code: 22060-5116
Country: US
 
Record
SN00582389-W 20040509/040507213343 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.