Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOURCES SOUGHT

R -- Science and Technology Integration and Functional Analysis support for Deputy Assistant Secretary Of The Army (Acquisition, Logistics, And Technology), Research and Technology (DASA(R&T)).

Notice Date
4/10/2007
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical 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-R-0037
 
Response Due
4/17/2007
 
Archive Date
6/16/2007
 
Small Business Set-Aside
N/A
 
Description
This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contra cting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of Deputy Assistant Secretary Of The Army (Acquisition, Logistics, And Technology), Research and Technology (DASA(R&T)), intends to procure Science and Technology Integration a nd Functional Analysis support as a small business set-aside or under full and open procedures. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS cod e 541690 with a size standard of $6.5 million are encouraged to submit their capability packages outlining their experience in the following key areas or tasks 1) Provide Basic Research and Laboratory Management Planning, Analysis, and Oversight Support Pl anning and Oversight (included are special studies and analyses, recommendations for policy formulation, long-range planning for Science and Technology (S&T) programs), 2) Provide Budget, Technical, and Programmatic Analysis and Support (derive technical a nd programmatic information for budgetary, programmatic, and technical concerns to the S&T areas, establish and implement standards and guidelines to improve the effectiveness of the Armys financial S&T software), 3) Defense S&T Reliance Planning Document ation Preparation, Analysis, and Assessment Support (support management for the Armys participation in Defense S&T Reliance, track the status of DASA(R&T) actions required under Reliance, develop and implement data reporting structures to support submissi on of DoD requirements such as eGov), 4) Army S&T Work Group Planning Documentation Preparation, Army Technology Objective (ATO) Analysis, and Assessment Support (develop an in-depth knowledge to track the ATOs, Advanced Technology Demonstrations, and Adva nced Concept Technology Demonstrations), 5) Strategic Planning in support of Future S&T Program Development (Conduct continuous broad area review of the National Security Strategy, National Military Strategy, Defense Planning Guidance, and Army Strategic P lanning Guidance), and 6) Graphics and Multimedia Support (create, modify and update animated slide show presentations, provide dynamic user navigation and hyperlinks to external web pages and PDF documents, embed video and/or sound clips). It is anticipa ted that the contractor will provide 9 employees that meet the following minimum requirements: bachelors degree (graduate degree preferred) and 8-15 years experience in the following: Defense Acquisition; Planning, Programming, Budgeting and Execution; vi sual media design; computer science/information technology; DoD at the Headquarters of the Department or a Service/Agency or a Major Command HQ. Please provide resumes of all personnel that you would want to be considered to work this requirement. If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 17 April 2007, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. No other synopsis will be posted for this requirement. To assist us in maintaining a list of interested small businesses for this potenti al procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for t his procurement Chris Carlson. A hybrid Firm Fixed Price/Time and Material is anticipated. The period of performance will be for a base period of 12 months with four 12-month option periods. The place of performance will be Arlington, Virginia. All con tractor personnel are required to obtain a secret security clearance prior to starting work and to maintain the clearance throughout the period of performance of the contract. A written Request for Proposal (RFP) will be posted on or about 30 April 2007. The RFP must be retrieved and downloaded from CCEs homepage at: http://dccw.hqda.pentagon.mil/services/Services.htm click on RFPS; select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability pack ages. POC is Chris Carlson, Contract Specialist at christopher.carlson2@hqda.army.mil or Robert Price, Contracting Officer, at robert.price@hqda.army.mil.
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01270107-W 20070412/070410221003 (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.