Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 17, 2007 FBO #1909
SOURCES SOUGHT

R -- Recompete of acquisition for Operations, Planning, Training, and Resource Support Services

Notice Date
2/15/2007
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support 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
W911SE-07-OPTARSS
 
Response Due
3/5/2007
 
Archive Date
5/4/2007
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY FOR PURPOSES OF CONDUCTING MARKET RESEARCH. The Army Contracting Agency, Southern Region Contracting Center-East (SRCC-E), Fort McPherson, Georgia is conducting market research to determine the extent to wh ich small businesses are capable of performing as prime contractors to provide both CONUS and OCONUS support for the re-compete of the acquisition for Operations, Planning, Training, and Resource Support Services (OPTARSS), a multifunctional task area requ irement to include: 1. Operational Planning; 2. Training; 3. Modeling and Simulation; 4. Flight Operations; 5. Mobilization Plans and Execution; 6. Deployment Operations; 7. C4I Systems Management; 8. Program Management Process; 9. Force Protection Program; 10. Transformation ; and 11. Organizational Support. A draft Performance Work Statement (PWS) is provided at the SRCC-Es website at http://www.forscom.army.mil/aacc/OPTARSSII. The anticipated North American Industrial Classification System (NAICS) code for this acquisitio n is 561210; small business size standard is $32.5 Million. In order for the Center to properly gauge the capability of the small business community, interested concerns must provide a capability statement which does not exceed 10 pages and responses to A LL of the following items. 1. Provide the company name, Point of Contact phone & email, and Business-type (socio-economic category: Small Disabled Veteran Owned, 8(a), Woman-owned, etc). 2. If a solicitation for this effort were issued, would your company submit a proposal as a prime contractor or as a subcontractor? 3. If you are contemplating teaming with other companies, please identify the company by name and the business size/socio-economic category of each teaming partner. 4. Do you already have management capability locally to manage staff in Alaska, Hawaii, Europe, Korea, and the Middle East? If not, would your company be able to provide management capability in those locations? 5. Do you currently have personnel and facilities cleared at the Top Secret and Sensitive Compartmented Information level? How many facilities? How many personnel? How many personnel do you have direct access to that have SECRET level clearance? 6. Do you possess capability to perform all task areas? 7. If you are not able to perform all task areas, identify all task areas that you are able to perform. 8. Describe your ability to provide adequate staffing to perform multiple task orders (both CONUS and OCONUS) simultaneously. 9. For applicable task areas identified, what is the maximum order of magnitude of task you believe you can be fully successful at as a prime contractor? 10. Provide past performance information demonstrating relevant experience in the award of effort for any applicable task areas awarded up to $1M, $3M, $5M, and $10M or greater within the last three calendar years. Provide a point of contact and telephon e number for each experience identified. 11. Provide data indicating concerns total gross annual sales and staffing levels for each of the last three years. All small business sources capable of providing these services are encouraged to provide their capability statement and responses to Ms. Catherine Hill at OPTARSSII@forscom.army.mil by March 1, 2007. This is not a request for proposal and there is no solicitation available at this time. All information submitted in response to this notice is on a voluntary basis--non-reimbursable by the Government. Large business concerns are not prohibited from resp onding to this announcement; however, information submitted may not be evaluated.
 
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
SN01233070-W 20070217/070215221300 (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.