Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SPECIAL NOTICE

99 -- Request for Information - Market Research for EXPRESS Small Business Primes

Notice Date
6/14/2007
 
Notice Type
Special Notice
 
Contracting Office
US Army Aviation and Missile Command (Missile), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
USA-SNOTE-070614-002
 
Archive Date
9/12/2007
 
Description
This Request for Information (RFI) is issued to survey the commercial services market for potential small business firms with the capabilities and interest in participating as a prime contractor/team leader in the Expedited Professional and Engineeri ng Support Services (EXPRESS) Program, a multiple-award Blanket Purchase Agreement (BPA) program based upon the use of GSA Federal Supply Schedules. The EXPRESS program provides advisory and assistance services (including all supervision, labor, incidenta l materials, and travel necessary to perform) in support of the U.S. Army Aviation & Missile Command (AMCOM) and its customers. AMCOM desires extensive small business participation within EXPRESS. Therefore, all potential 8(a), Hubzone, Small Disadvantag ed, Woman-Owned, Service Disabled Veteran Owned, Veteran Owned, and small business primes/team leaders are strongly encouraged to respond to this RFI. The EXPRESS program consists of four (4) domains in which services may be ordered: Technical, Programmatic, Logistics, and Business and Analytical. Representative BPAs (including Statements of Work) as well as other EXPRESS information may be found on th e EXPRESS website located at https://redstoneappsrv1.redstone.army.mil/acweb/acwebdba.acweb_home_child?p_link_id=83. Respondents may seek consideration as a prime/team leader in more than one domain. Each prime/team leader is required to hold at least one of the following GSA schedules: 871-Professional Engineering Services (PES), 874V-Logistics Worldwide (LOGWORLD), 874-Management Organizational and Business Improvement Services (MOBIS), 70-Informati on Technology (IT), or a 00CORP-Consolidated Products and Services Schedule (formerly Corporate Schedule) including appropriate PES, LOGWORLD, MOBIS, or IT Special Item Numbers. Respondents may submit multiple schedules per domain in response to this RFI. However, a primary schedule that will be used by the prime/team leader to satisfy the preponderance of the domain requirements must be identified. If MOBIS or LOGWORLD is identified as the primary schedule, the NAICS Code and business size standard assigned to the respondents schedule by GSA will apply. If PES is identified as the primary schedule, NAICS 541330 and a size standard of $25M, will app ly to the Business & Analytical, Logistics and Programmatic Domains and NAICS 541710 and a size standard of 1,000 employees will apply to the Technical Domain. If IT is identified as the primary schedule, NAICS 541511/541512/541513 and a size standard of $23M will apply to all domains. If the Consolidated Products and Services Schedule is identified as the primary schedule, the primary special item number covered by this schedule (PES, MOBIS, LOGWORLD, or IT) that will be used to satisfy the preponderance of domain requirements must also be identified. The NAICS and size standard for the primary special item number, as identified above, will then apply. For each domain desired, interested prime contractors/team leaders are required to submit four copies of the following: 1) A capabilities statement; 2) the applicable GSA Schedule(s) (not included in page count); 3) a preliminary listing of team members an d subcontractors; and 4) CD-ROM (4 copies) containing the capabilities statement and GSA schedule(s) in files compatible with the Microsoft Office 2000 Suite of software. For purposes of the RFI, capabilities statements shall be prepared using Arial or Times New Roman 12-point font style on 8? x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 point. Foldouts are not allowed. Each page shall identify the submitting respondent, domain, and page number. The capabilities statement is restricted to 20 pages for the Technical domain, 15 pages for the Programmatic domain, 15 pages for the Logistics domain, and 10 pages for the Business and Analytical domain. Any additional material submitted will be discarded wi thou t review. Each respondent shall identify its primary schedule and its business size based on the criteria stated above. Primary schedule numbers shall be provided for each potential team members listed, and business size of each team member and subcontractor shall be identified. Submissions shall demonstrate: (1) the prime/team leaders management capabilities in accomplishing efforts which are the same or similar to EXPRESS, with multiple task orders and multiple subcontractors/team members; (2) the prime/team lea ders technical capabilities in performing efforts which are the same or similar to the designated domain statement of work; and (3) the adequacy of the prime/team leaders pricing structure to support domain requirements with highly qualified personnel. Respondents may include experience in addressing technical and management capabilities. Potential organizational conflicts of interest applicable to the respondent shall be identified and addressed in not more than one page (included in page count). There is no guarantee that BPA award opportunities will be provided for any domain. If award opportunities are provided, they will be only to companies who respond to this RFI however, there is no guarantee that all companies responding to this RFI will b e invited to provide a quotation. The Government will assess the RFI responses, on a domain-by-domain basis, to determine whether capable small business prime contractors/team leaders exist to warrant the conduct of a competition, and the number (if any) of BPA awards to be made within selected domains. Responses to this RFI are due no later than 1400 (CST) on 16 July 2007 to the following address: COMMANDER, U.S. Army Aviation & Missile Command, ATTN: AMSAM-AC-OS-O/Marcia Tully, Sparkman Center, Building 5303, Redstone Arsenal, AL 35898. Respondents are advised that responses sent by conventional US Mail service or courier services (Federal Express and UPS) are not routed directly to the above address. Late submissions will not be considered. Any questions regarding this RFI shall be submitted electronically to RFI Questions and Answers on the EXPRESS website. Additional information regarding the EXPRESS program can be found on the EXPRESS website.
 
Web Link
EXPRESS Website
(https://redstoneappsrv1.redstone.army.mil/acweb/acwebdba.acweb_home_child?p_link_id=83)
 
Record
SN01319118-W 20070616/070614221406 (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.