Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
SOURCES SOUGHT

R -- J7 Joint Training System

Notice Date
7/20/2006
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-06-T-0111
 
Response Due
7/26/2006
 
Archive Date
9/24/2006
 
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 Contracting Center of Excell ence (CCE) is soliciting information from potential sources and seeking qualified small business sources on behalf of the Joint Chiefs of Staff, J-7, to provide contractor Advisory and Assistance Services (CAAS) in support of J-7 for the implementation and execution support for the Joint Training Functional Capabilities Board (JTFCB). A draft Performance Work Statement (PWS) for support to the Joint Training System is located on the DCC-W website at http://dccw.hqda.pentagon.mil, click on services, then RF P and open the document number W74V8H-06-T-0111. The North American Industry Classification System (NAICS) Code is 541611 and the small business size standard is $6.5 Million. Respondents are requested to submit a Capability Statement that clearly addr esses your corporate capabilities. The capability statement is not to exceed 15 pages must provide a summary of relevant experience and knowledge that addressees the entire scope of the Performance Work Statement. The statement must include substantive cu rrent 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, specify the company name 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 c apability statements will be evaluated to determine if at least 2 small businesses are capable of performing the PWS; however, respondents will not be notified of the results. The anticipated period of performance for this requirement is for a twelve mont h base period plus four option years. 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 contract 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 responses 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 25 July 2006. Respondents submitting a capability statement must do so by email NLT 11:00 AM EST, 26 July 2006.
 
Place of Performance
Address: J-7 The Pentagon Washington DC
Zip Code: 20318
Country: US
 
Record
SN01094058-W 20060722/060720221243 (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.