Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2006 FBO #1859
SOURCES SOUGHT

R -- Joint Chiefs of Staff J4 GCSS Management Support

Notice Date
12/27/2006
 
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
W91WAW-07-T-0016
 
Response Due
1/10/2007
 
Archive Date
3/11/2007
 
Small Business Set-Aside
N/A
 
Description
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 U.S. Army Contracting Agency Contracting Cent er of Excellence is soliciting information from potentially qualified small business sources on behalf of the Joint Chiefs of Staff J- 4 for technical support and subject matter expertise to the joint knowledge-based logistics transformation efforts. All contractor personnel will require a current Top Secret (TS) clearance based on a Single Scope Background Investigation (SSBII) completed within the last 5 years with Sensitive Compartmentalized Information (SCI) eligibility. A draft Performance Work Stat ement (PWS) and evaluation criteria are located on the CCE website at http://dccw.hqda.pentagon.mil, click on services, open the RFPS link and select the document entitled, W91WAW-07-T-0016. The North American Industry Classification System (NAICS) Code is 541611 and the small business size standards $6.5 Million. Respondents are requested to submit a capability statement that clearly addresses their corporate capabilities to deliver the required services. The capability statement is not to exceed 20 pag es. Respondents must answer the following questions in their capability statements. 1) Do all contractor personnel possess, at a minimum, a current Top Secret (TS) Clearance? And do at least two of those contractor personnel possess a Top Secret (TS) C learance with Sensitive Compartmented Information (SCI) eligibility based on a Single-Scope Background Investigation (SSBI) within the last five years? 2) What technical expertise and past performance experience does the contractor have concerning Joint L ogistics Information systems in the context of providing functional and technical expertise to integrate Unified Command, Military Service, and Defense Agency programs at the COCOM, Service or Joint Staff level? These programs would include: Global Transp ortation Network (GTN), Asset Visibility (AV), Joint Operations Planning and Execution System (JOPES), GCSS (CC/JTF), Automatic Identification Technology (AIT) and Common Access Card/Smart Card Technology, E-Business initiatives, Data Management efforts, a nd Military Service combat support systems (e.g., GCSS-Army, GCSS-Air Force, etc.). Include the contract number, customer, contract value, type of contract, period of performance, prime or subcontract, brief description of services, Contracting Officer's Representative (COR) name, COR email, and COR telephone. 3) What technical expertise and past performance experience does the contractor have concerning command, control, communications, and computers (C4) at the COCOM (Combatant Commands), Service or Joi nt Staff level? Specifically, has the contractor provided subject matter expertise and/or analysis of C4 support to the warfighters for joint logistics operations? and 4) What expertise and experience does the contractor have involving subject matter exp ertise in the area of DoD and/or JS IT portfolio policy, implementation, and operational effectiveness? 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 capability 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 a 12 month base period with four one year options. All data received in response to this Sources Sought solicitation that is marked, as corporate proprietary will be fully protected from rel ease outside the Government. Please do not submit classified material. No reimbursement will be made for any cost associated with providing information in r esponse 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. Respondents submi tting a capability statement must do so by email NLT 10:00 AM 10 January 2007 EDST.
 
Place of Performance
Address: Joint Chiefs of Staff J4 4000 Joint Staff Pentagon Washington DC
Zip Code: 20318-4000
Country: US
 
Record
SN01202970-W 20061229/061227220423 (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.