Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 28, 2007 FBO #2040
SOURCES SOUGHT

D -- DoD Enterprise Software Initiative (ESI)/Information Technology Asset Management (ITAM) Support

Notice Date
6/26/2007
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming 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-0123
 
Response Due
7/6/2007
 
Archive Date
9/4/2007
 
Small Business Set-Aside
Total Small Business
 
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 the Office of the Secretary Of Defense (OSD), intends to procure services to perform DoD Enterprise Software Initiative (ESI)/Information Technology Asset Management (ITAM) Support. The objective is to support the DoD ESI Project as it evolves to implement best commercial practices for enterprise-wide IT planning, acquisition and management. Establishment of a comprehensive Net-Centric Enterprise ITAM process is the ultimat e goal of the DoD ESI, and any actions undertaken will be focused on assisting the government toward accomplishment of that goal. Small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern under NAICS code (541511) with a size standard of $23M are encouraged to submit their capability packages outlinin g their experience in the following key areas or tasks. 1.) Develop effective strategies toward, and help implement DoD adoption of optimal IT technologies, services and best practices 2.) Conduct IT market research, leveraging the best commercial research 3.) Evaluate emerging IT trends and techniques to determine their likelihood of improving DoD mission effectiveness 4.) Prepare business cases for the application of IT solutions (includes trade-off analysis, cost-benefit, life-cycle cost) 5.) Perform needs analysis to define opportunities for new or improved business solutions 6.) Consult with customers to determine overall functional and systems requirements and specifications and develop performance-based Statements of Objectives and Statements of Work 7.) Provide planning and implementation support for the DoD Net-Centric Enterprise ITAM process 8.) Provide a project schedule 9.) Provide a monthly status and funding report 10.) Provide DoD meeting support 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 10:00 am EST, 06 July 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 req uirement 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 busines ses for this potential 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 this procurement to Mr. Curtis Davis. A Time & Materials type contract is an ticipated. The period of performance will be 01 September 2007 through 30 August 2011. The place of performance will be on and off site at contractor or OSD locations. Contractor personnel will require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 24 July 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 har d copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses and inquiries to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contract ors are responsible f or all costs for submitting their capability packages. POC is Mr. Curtis Davis, Contract Specialist at 703-614-2100 or Mr. Donald Leath, Contracting Officer, at 703-695-2562.
 
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
SN01328113-W 20070628/070626221122 (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.