Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2005 FBO #1263
SOURCES SOUGHT

R -- Program Management Support for the Big Crow Program Office

Notice Date
5/10/2005
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
US Army Space Command, ATTN: SMDC-AR-CM, 1670 North Newport Road, Suite 211, Colorado Springs, CO 80916-2749
 
ZIP Code
80916-2749
 
Solicitation Number
W91260-05-R-0002
 
Response Due
5/23/2005
 
Archive Date
7/22/2005
 
Point of Contact
Richard L. Herndon, (719) 554-1963
 
E-Mail Address
US Army Space Command
(richard.herndon@arspace.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
POC  Phyllis Poyhonen, Contract Specialist, (719)554-1961, phyllis.poyhonen@smdc-cs.army.mil and Mary Gorman, Contracting Officer (719)554-1960, mary.gorman@smdc-cs.army.mil Description: This is a sources sought synopsis intended to provide market research information for use in developing a solicitation for a follow-on effort for program management support for the Big Crow Program Office (BCPO) at Kirtland AFB, NM. Response s to this announcement will be used to identify interested qualified sources available in the marketplace. Information requested from interested parties is described below. The Big Crow Program Office requires technical, analytical, advisory, management, and security support required to meet the BCPO requirements. This includes program control support, management analysis and advisory assistance support, engineering support, technical review and analysis, financial management, air service management, local area network/wide area network (LAN/WAN) administrative support, data review and analysis, graphics design support, logistics management support, and all BCPO security mana gement (i.e., responsible for SCIF, DD 254s, training, etc.) support to meet present and future Research Development Test and Evaluation (RDT&E) requirements. The company must possess a final TOP SECRET Facility Clearance prior to proposal submission and all personnel who will perform the security portion of the requirement must be cleared for SCI/special access prior to the start date for the resultant contract. Interested parties should respond by email to the above points of contact. Responses must in clude the following: Summarize the companys ability to provide advice, analyses, opinions, and recommendations to support program management and control of cost, schedule, all aspects of security, and technical performance of all program support effort. In addition, explain how the company would maintain manning levels as necessary with qualified and experienced personnel to ensure the performance of the requirements listed above. Provide the current status and level of the companys facility clearance and what employees ar e cleared for SCI/sepcial access. Past performance information - Provide 3-5 references to demonstrate and document the respondents performance on program management support type contracts (Government or Commercial). Include a description of the services provided, the period of performan ce, the contract number, the name, phone number, address and e-mail of the contracting officer and technical representative. Specifically identify any services that require(d) security clearances. Verify that your company is registered in the Central Con tractor Registration (CCR) and provide your cage code number. The Government will evaluate the information provided, use it to document our market research and develop the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work and assure the security performance required by the Government. The Government intends to release the RFP only to those respondents who are deemed qualified for this requirement based on their initial response. The Government currently anticipates a single award to the 8(a) source that provides the best value by offering the broadest capability best suited to the BCPO RDT&E requirements. The proposed contract type will be Cost-Plus-Fixed-Fee. The period of perf ormance will be a base year with four option periods starting in October 2005. Interested parties may view the previous RFP on or about May 16, 2005, at http://www.smdc-armyforces.army.mil and click on Contracting with Us/Contracting Opportunities/Big C row Program Management Support for background information and to recommend changes that would better represent commercial market capability for this requirement. Interested parties are encouraged to provide any reco mmendations they have for improvement of the RFP. All future communications regarding the RFP will be made through postings to this web site. All interested parties must periodically check the web site for updates. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/SMDC/DASG62/W91260-05-R-0002/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command/US Army Strategic Forces Command Big Crow Program Office 3710 Tressle Road Kirtland, AFB NM
Zip Code: 87117-5000
Country: US
 
Record
SN00804235-F 20050512/050510212528 (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.