Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 13, 2005 FBO #1417
MODIFICATION

R -- Human Development (HD) Technology and Services (HDT&S)

Notice Date
10/11/2005
 
Notice Type
Modification
 
NAICS
923130 — Administration of Human Resource Programs (except Education, Public Health, and Veterans' Affairs Programs)
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6 4600 Sangamore Road, Bethesda, MD, 20816-5003
 
ZIP Code
20816-5003
 
Solicitation Number
HM1576-05-R-0003
 
Response Due
11/23/2005
 
Archive Date
12/8/2005
 
Description
The National Geospatial-Intelligence Agency (NGA) intends to issue Solicitation HM1576-05-R-0003 on or about 24 October 2005 for Human Development Technology & Services (HDT&S). The Government reserves the right to award a separate contract for each functional area under this Request for Proposal. The contract described in this Request for Proposal has two major functional areas: Human Capital Management (HCM) and Learning Management Services (LMS). The Contractor shall furnish all contract oversight, management, appropriately cleared and technically trained personnel, resources, equipment, and materials (except those specifically provided by the Government) necessary to provide routine and special projects HCM and LMS for NGA. The HCM area is focused on the ?care and feeding? of NGA?s most important resource - human capital. It encourages a holistic approach by encapsulating the end-to-end processes involved with managing people resources in the organization, from recruitment to retirement and everything in between. LMS is focused on providing NGA employees, elements of the Department of Defense, and members of the Intelligence Community with mission-essential technical skills training, systems training, and leadership & intelligence professional education. The place of performance is in the Washington DC metropolitan area and St. Louis MO area locations, although support may be extended to NGA organizations globally. The Contractor shall support the NGA mission. All contractor personnel shall have a Top Secret Clearance/Sensitive Compartmented Information (SCI) Access. The Contractor shall communicate with other NGA program offices and other government agencies, as well as other contractors as required. During contract execution, organizational strategies will be put into place to further drive the functional elements within the HD directorate towards integration and optimization through Technology Insertion and Business Process Re-engineering. The primary North American Industry Classification System (NAICS) codes for this solicitation are 923130 (HCM) and 923110 (LMS) respectively. The acquisition is contingent upon the availability of funds in accordance with FAR 52.232-18. Although full funding is not currently available for this project, this notice is issued in good faith and funding for the basic year is anticipated. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability. This acquisition will be conducted using Full and Open competition procedures. This acquisition will be solicited as a Request for Proposal (RFP), Source Selection to be conducted in accordance with FAR Part 15. The Government intends to award a hybrid contract for HCM and LMS and the contract type for both functional areas is Fixed-Price-Award-Fee (LOE), Firm Fixed Price (Performance Based), Cost Reimbursement (Materials, Travel, Training, and Special Projects), Firm Fixed Price (Special Projects), Time and Materials (Special Projects).The anticipated performance period will be a one-year (1) base with four (4) one-year options. Estimated Request for Proposal Issue Date: 24 October 2005. Estimated Proposal Closing Date: 16 November 2005 for Volume 4 (Past Performance) and Volume 5 (Security); and 23 November 2005 for Volume 1 (Cover Letter/Offer), Volume 2 (Technical), Volume 3 (Management), and Volume 6 (Cost). The directions for proposal submission will be included in Section L, Instructions, Conditions and Notices to offerors, of the solicitation. Dates listed are approximate and included for reference only. This will be an electronic solicitation release. No hard copies will be mailed. All potential offerors are required to register in the Central Contractor Registration (CCR), http://www.ccr.gov and the Federal Technical Data Solution (FedTeDS), https://www.fedteds.gov in order to view or download RFP information. It is the responsibility of each offeror to review these web pages (http://www.fedbizopps.gov and https://www.fedteds.gov) for notice of amendments, updates or changes to current information. The Director, Small and Disadvantage Business Utilization Office for NGA, is Ms. Sandra Broadnax at email: broadnas@nga.mil or 703-755-5309. The link to the Small Business Administration is http://sba.gov/. Questions regarding this notice should be directed to Josie Williams at email: HDT&S@nga.mil or 301-227-7551. POC Address: National Geospatial-Intelligence Agency, 4600 Sangamore Road, MS D-06, Bethesda, MD 20816.
 
Place of Performance
Address: Washington DC metropolitan area and St. Louis MO area locations, although support may be extended to NGA organizations globally.
 
Record
SN00914144-W 20051013/051011212104 (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.