Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2006 FBO #1528
SOURCES SOUGHT

R -- BRAC-McPherson Augmentation Contract (BMAC) W911SE06BMAC

Notice Date
1/30/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SE06BMAC
 
Response Due
6/30/2006
 
Archive Date
8/29/2006
 
Small Business Set-Aside
N/A
 
Description
BRAC- McPherson Augmentation Contract (B-MAC) Sources Sought Synopsis W911SE-06-BMAC The Army Contracting Agency Southern Region Contracting Center East (ACA-SRCC-E) is conducting market research to identify potential qualified Small Business sources that possess the expertise, capabilities, and experience necessary to meet the Army requi rements necessary for providing Manpower Support Services. The Government is particularly interested in finding qualified Service Disabled Veteran Owned Small Businesses, but all small businesses are encouraged to respond to this synopsis. Tenant Activiti es on Fort McPherson and Fort Gillem are under a statutory directive to relocate their organizations to various other installations. These tenant activities are: United States Forces Command, (FORSCOM), First U.S. Army, Third U.S. Army, Installation Manage ment Activity Southeast Region Office (SERO), the 52nd Explosive Ordnance Disposal (EOD) unit, the Southern Region Contracting Center- East (SRCC-E), and the United States Army Reserve Command (USARC). Tenant Activities are currently expected to initiate a nd perform BRAC-specific functions as well as their traditional core functions during base re-alignment. While increased workloads on these staffs are expected to implement base re-alignment, it is also expected that temporary personnel vacancies will occu r. These personnel vacancies are due to reductions in the number of Military and Civilian workers available during transition: Military personnel are expected to make a Permanent Change of Station (PCS) to leave Fort McPherson/Gillem with their replacement s arriving at the new Tenant Activity installations; Some federal employees may retire earlier than normal to avoid leaving the Atlanta area, or will transfer to the new installation. Once federal employees have retired or transferred, we anticipate the p ermanent federal employee replacements will be hired at the new gaining installation and not here at Ft. McPherson/Gillem to reduce PCS costs. It is our intent to solicit, from prospective vendors, qualified contractor personnel to augment staffs to implem ent BRAC activities while Tenant Activities re-locate. The scope of the required services may include, but are not limited to, the management and/or execution of the following functions of the Tenant Activities: Personnel & Human Resources, Intelligence, Operations, Logistics, Public Relations, Host Nation Pl anning/Civil Affairs, Information Technology & Automation, Construction Planning and Management, Resource Management & Finance, Communications (non-intelligence gathering), Leisure Activity planning, Family Support Group assistance, Medical, Legal, Facilit y/Installation & Operations Security, Installation Public Works, Contract Management, and Transportation Management Functions. Some functions are inherently governmental and will be excluded from this requirement (for example; Contracting Officer and Budg et Officer). Security clearances will be specified on each individual task order and it is anticipated that most of the personnel required by this requirement will have an active or pending SECRET security clearance. Some positions may require TOP SECRET c learances. The government will not reimburse participants for any expenses associated with their participation in this survey. Small businesses are highly encouraged to participate in this survey. The applicable NAICS Code is 541330 ($25 million small bus iness size standard). Small business responses will be evaluated to determine whether small business has the technical and financial capability to perform the services described above as a small business set-aside. Responses to this survey are due prior to close of business Friday, 17 February 2006 via email to ACA-SRCCE-BMAC@forscom.army.mil . The survey can be found at https://acquisition.army.mil/asfi/solicitation_view.cfm?psolicitationnbr=W911SE06BMAC. If additional information is needed, contact Ron nell Book er at 404-464-0907. MARKET SURVEY OF SMALL BUSINESS FOR STAFF AUGMENTATION OF FORT McPHERSON AND FORT GILLEM TENANT ACTIVITIES Purpose. To perform market research on subject requirement IAW FAR Part 10. Market Research. As stated in the Federal Business Opportunities, Sources Sought Synopsis dated 25 January 2006, W911SE-06-BMAC, the Southern Region Contracting Center-East (SRCC-E) at Fort McPherson, Georgia, is conducting market research to determine in terest and capability of small business sources to perform as prime contractors. The prime contractors will provide manpower support to augment staffs of the Fort McPherson and Fort Gillem Tenant Activities. The augmentation will provide additional personn el to implement Base Realignment and Closure (BRAC) directives. Information provided by interested business sources will be used to determine the extent of small business capability to perform as the prime contractor for this requirement. Scope of Requirement. The scope of the required services may include, but are not limited to, the management and/or execution of the following functions of the Tenant Activities: Personnel & Human Resources, Intelligence, Operations, Logistics, Public Rela tions, Host Nation Planning/Civil Affairs, Information Technology & Automation, Construction Planning and Management, Resource Management & Finance, Communications (non-intelligence gathering), Leisure Activity planning, Family Support Group assistance, Me dical, Legal, Facility/Installation & Operations Security, Installation Public Works, Contract Management, and Transportation Management Functions. Some functions are inherently governmental and will be excluded from this requirement. Other sources of info rmation for the requirement are found in FORSCOM PAM 10-1 (attached to this synopsis). This pamphlet describes the major FORSCOM functions and provides a guide for similar functions for First Army, Third Army, 52nd EOD and USARC. Additional sources of inf ormation are found at the following websites: http://www.ima.army.mil/southeast/sites/local/ http://www.armyreserve.army.mil/usar/mission/statement.aspx http://www.forscom.army.mil/aacc/directory.htm http://www.forscom.army.mil/contract/Mission/mission.htm Security clearances will be specified on each individual task order and it is anticipated that most of the personnel required will need an active or pending security clearance of SECRET. Some positions may require TOP SECRET clearances. Period of Performance/Estimated Value. Period of Performance is tentatively scheduled for October 2006 through September 2012. Contract type TENTATIVELY CONSIDERED is Indefinite Delivery/ Indefinite Quantity (ID/IQ). The applicable NAICS Code is 541330 M ilitary and Aerospace Equipment and Military Equipment (annual receipts of $25 million). Instructions to Interested Parties. To submit a response, complete Pages 2 through 4, and email (in MS Word or Adobe .PDF) to ACA-SRCCE-BMAC@forscom.army.mil OR fax to Southern Region Contracting Center-East, SUBJECT: B-MAC, at 404-464-0908. The governme nt will not reimburse participants for any expenses associated with their participation in this survey. Responses to this survey are due prior to close of business Friday, 17 February, 2006. If additional space is needed, please attach a continuation sheet to the survey document. THE SURVEY MUST BE COMPLETED IN ITS ENTIRETY. Failure to submit all required information may preclude consideration of your company as a viable candidate and will hinder correct analysis of the industry base. MARKET SURVEY FOR SMALL BUSINESS CAPABILITY TO PROVIDE STAFF AUGMENTATION SUPPORT TO FORT MCPHERSON AND FORT GILLEM TENANT ACTIVITIES CONDUCTED BY: Southern Region Contracting Center-East, Fort McPherson, Georgia NAME OF COMPANY:__________________________________________________________ ADDRESS:______________________________________ ______________________________ ____________________________________________________________________ ____________________________________________________________________ POC:_________________________________________________________________________ PHONE/FAX:__________________________________________________________________ PART I: 1. Is your company considered to be a small business or small disadvantaged business for purposes of performing services under NAICS Code is 541330 Military and Aerospace Equipment and Military Equipment (annual receipts of $25 million): Small_____ Small Disadvantaged_____ Service Disabled Veteran Owned____ 8(a) contractor_____ Woman Owned_____ HubZone ______ 2. Does your company regularly engage in the business of providing staff augmentation/backfill as identified by the scope of the requirement on page 1? Yes_______ No________ 3. If response to question in Paragraph 2 is Yes, list the specific types of tasks/services provided and information regarding the type of contract being performed and the type of customers serviced. You must include, a) the contract type - ex: Fixed P rice, Cost Reimbursement (Cost Plus Award Fee); b) the total dollar value of the contract and c) the name and telephone number of a customer point of contact for each contract. ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _______________________________________________________ 4. List any other contracts your company is currently performing that would be considered the same as/similar to the scope of the requirement on page 1 in size, scope, and complexity. Include those you have completed within the last three years, includin g contract type, dollar value, references, and names and telephone numbers of a customer point of contact for each contract. ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ ____________________________________________________________________ ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ ______________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 5. Is your company performing contracts referenced in Paragraph 3 and 4 above successfully? Provide examples regarding how successful performance is being accomplished. (Examples of indicators of successful performance as measured by the percentage of a ward fee given; favorable past performance ratings; the absence of Contract Discrepancy Reports; no deductions contract price for defective services; no Cure/Show Cause Notices; or all Option Periods exercised.) ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ __________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ ___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 6. List those contracts referenced in paragraph 3 and 4 above that were not won competitively. ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ ______________________________________________________________________________________________________________________________________________________________________________________________________________________________________ 7. Identify any specific proposals you have prepared demonstrating capability in preparing and submitting complex offers for large-scale requirements similar in scope, size and complexity. ___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________________________________________________________________ ___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ _________________________________________________________________________________ 8. On the average, what percentage of the total contract effort does your company normally subcontract for, given the type and magnitude of work identified by the scope of the requirement on page 1? ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ _____________________________________________________________________________________________________________________________________________________ 9. Describe how your company maintains effective control (management and quality) over subcontracted portions of these contracts? ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ ________________________________________________________________________________________________________________________________________ 10. Provide the total value of all revenue your company received from January 2005 through December 2005. Revenue is defined as the accounting revenue used in support of your companys Federal Income Tax Returns: _________________________________________ _________________________________________________________________________________________________________________________ The same information is requested for the period January 2004 through December 2004: _______________________________________________________________________________________________________ ___________________________________________________________ The same information is requested for the period January 2003 through December 2003: __________________________________________________________________________________________________________________________________________________________________ 11. Provide additional information that will support your financial capability to perform projects of this magnitude. _________________________________________________________________________________ _____________________________________________________________________________________________________________________________________________________________________________________________________________________________________
 
Place of Performance
Address: ACA, Fort McPherson GA Southern Region Contracting Center-East, 1301 Anderson Way SW Fort McPherson GA
Zip Code: 30330-1096
Country: US
 
Record
SN00975650-W 20060201/060130212155 (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  © 1994-2020, Loren Data Corp.