Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2005 FBO #1189
SOURCES SOUGHT

R -- RAMO Acquisition Support

Notice Date
2/25/2005
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-05-X-0003
 
Response Due
3/4/2005
 
Archive Date
5/3/2005
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT - This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought solicitation. The Defense Contracting Command- Washington (DCC-W) is soliciting information from potential sources and seeking qualified small business sources on behalf of the Joint Chiefs of Staff, Joint Staff J-8, to obtain contractor support for the day-to-day contract management requirements in Jo int Staff, Resources and Acquisition Management Office (RAMO). A Statement of Work (SOW) for support to the JSRF&SM is located on the DCC-W website at http://dccw.hqda.pentagon.mil, click on sources sought and open the document entitled, - RAMO Acquisitio n Support. Comments are requested on the specific requirements, and suggested surveillance methods, performance standards, and incentives are welcome. The North American Industry Classification System (NAICS) Code is 541611 the small business size stand ard is Not to Exceed $6,000,000. Respondents are requested to submit a Capability Statement that clearly addresses your corporate capabilities. The capability statement is not to exceed 15 pages and must provide a summary of relevant experience and know ledge that addressees the entire scope of the SOW. Key elements to consider in your submission are a) TS Clearance is required for access to the Joint Staff JSIN-T network; b) technical approach, the offeror will be evaluated on their technical approach t o meeting the requirements as outlined in the SOW; and c) Prior Experience, the contractor will be evaluated on their prior experience in the acquisition management field, including contract management, contract close-out and government invoicing procedure s and requirements and d) The nature of the services to be provided under this Statement of Work involves detailed knowledge of current and future Joint Staff acquisitions. Therefore, the contractor is advised that services provided for this contract may s everely limit, or exclude their companys participation in other acquisition efforts for the Joint Staff. Therefore, the contractor must agree to sign a non-disclosure statement at the beginning of the first task. . The contractor is required to possess a familiarity of advanced management and organizational principals and practices along with a comprehensive knowledge of planning, programming, and budgeting regulations, guidelines and processes, and a good underst anding of the Federal Acquisition Regulation. A minimum of ten years experience in contracting and/or program management is desired. The statement must include substantive current and/or recent past performance references that identify the contract number , customer, contract value, type of contract, period of performance, prime or subcontract, brief description of services, Contracting Officers Representative (COR) name, COR email, and COR telephone. Request corporate information specifies the company na me and address, corporate contact points, CAGE code and attach a copy of your current CCR data. Also, advise the Government of pending changes in small business status. The capability statements will be evaluated to determine if at least 2 small business es are capable of performing the SOW; however, respondents will not be notified of the results. The anticipated period of performance for this requirement is six months. All data received in response to this Sources Sought solicitation that is marked, as corporate proprietary will be fully protected from release outside the Government. Please do not submit classified material. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. No c ontract will be awarded as a result of this Sources Sought solicitation. No reimbursement will be made for any cost associated with providing information in response to this solicitation. All resp onses must be submitted by email to the point of contact identified below; no other method of transmittal will be accepted. Large files should be submitted as .pdf or password protected zip files. RFI questions are to be submitted by COB March 1, 2005. Respondents submitting a capability statement must do so by email NLT March 4, 2005.
 
Place of Performance
Address: Joint Chiefs of Staff ATTN: J-8, The Pentagon, Room 1D964 Washington DC
Zip Code: 20318-8000
Country: US
 
Record
SN00758772-W 20050227/050225212315 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.