Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2005 FBO #1480
SOURCES SOUGHT

R -- Sources Sought for DoD Biometrics Office

Notice Date
12/13/2005
 
Notice Type
Sources Sought
 
NAICS
541613 — Marketing Consulting Services
 
Contracting Office
ACA, ITEC4, Directorate of Contracting , 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
 
ZIP Code
22331-0700
 
Solicitation Number
W91QUZ06R00XX
 
Response Due
1/6/2006
 
Archive Date
3/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. The US Army Contracting Agency-ITEC4 is planning an acquisition (total small business set-aside) for the outreach requirements of the DoD Biometrics Management Office (BMO) in Alexandria, VA, and the DoD Biome trics Fusion Center (BFC) in Clarksburg, WV. The purpose of this synopsis is to identify qualified sources that can meet the DoD's outreach requirements and to solicit comments on the proposed acquisition strategy. Requirements: The awardee will develop and execute an outreach strategy, provide public relations support, prepare press kits, support educational demonstrations (such as AFCEA and FOSE), maintain the BMO web site, support briefings to industry and DoD of ficials, produce videos; conduct technical research; and perform related outreach and liaison functions. For more information about the DoD BMO and BFC organizations, see the following website: http://www.biometrics.dod.mil. Acquisition Strategy: ITEC4 plans on doing this acquisition as a total small business set-aside. A single Indefinite Delivery/Indefinite Quantity (ID/IQ) contract will be awarded. The pricing method will be Time and Material or Labor Hour. Ordering wil l be limited to the DoD BMO and BFC, and PEO Enterprise Information Systems (EIS) components that execute or support DoD biometrics programs. The contract life will be 5 years. The estimated value of all orders issued under the contract is $5M to $10M. The applicable NAICS code is 541613. The applicable FSC is R408. Due Diligence: A draft solicitation, pre-solicitation conference, and pre-proposal conference are not considered necessary and are not planned. However, due diligence meetings are anticipated after release of the solicitation. Evaluation Approach: A best value evaluation will be performed IAW FAR Part 15. The Government will select the proposal that is determined to be the most advantageous to the Government. Schedule: The Government plans on releasing the outreach solicitation in January 2006. At the appropriate time an additional solicitation synopsis will be issued and the solicitation will be posted on the FedBizOpps web site. Comments on Acquisition Strategy: Comments are requested on the acquisition strategy described in this synopsis, e.g., the suitability of the requirement as a total small business set-aside; pricing methodology; suggested evaluation factors, etc. Comment s shall not exceed 5 pages. Capability Statement: An interested source is required to provide a corporate capability state-ment. The statement shall explain why the source believes that it has the technical capability to meet the Government's requirements. The statement shall incl ude the sources website address; most relevant Government or corporate client (one client reference only) and POC for this client; business size and applicable NAICS codes; socio-economic status; number of employees; and annual revenue for the last three fiscal years. This statement shall not exceed 5 pages. The page limit does not apply to advertising material such as company brochures and catalogs. Response Format: Responses shall be single-spaced, 12-point font, and not less than 1 inch margins. Based on the guidance above, the total length of the response shall not exceed 10 pages, excluding company brochures and catalogs. In accordance with FAR 15.201(e), a response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. Response to this synopsis is voluntary. The Government will not award a contract on the basis of this synop sis, nor pay for information provided in response to this synopsis. This information will not be returned. Corporate information marked Proprietary, such as non-public pricing or bid strategy, will be safeguarded, but the Government may use comments or suggestions about the outreach acquisition in any way that the Government chooses. In order to facilitate teaming and subcontracting, the identities of responders to this synopsis will be released unless the responder expressly requests that its identity not be released. The final requirements and acquisition strategy for the outreach solicitation may be different from what is described in this synopsis. Responses to this synopsis shall be emailed or hand-delivered to the US Army Contracting Agency-ITEC4, ATTN: Mr. Grego ry Roddy, Hoffman I Building, Room 284, 2461 Eisenhower Avenue, Alexandria, VA 22331-1700. Response by email is preferred, but no zipped files may be sent by email due to local firewall restrictions. Email responses shall be sent to gregory.roddy@itec4.army.mil or jeri.justice@itec4.army.mil. Response to this synopsis shall be submitted NLT 6 January 2006.
 
Place of Performance
Address: ACA, ITEC4 Directorate of Contracting , 2461 Eisenhower Avenue Alexandria VA
Zip Code: 22331-0700
Country: US
 
Record
SN00950894-W 20051215/051213212845 (fbodaily.com)
 
Source
FedBizOpps 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.