Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2007 FBO #2043
SOLICITATION NOTICE

R -- ARMY CASE STUDY

Notice Date
6/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
561110 — Office Administrative 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
W91WAW07T0127
 
Response Due
7/9/2007
 
Archive Date
9/7/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This 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 synopsis. The US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the Deputy Assistant Secretary of the Army, intends to negotiate a sole source award with LMI, LLP for Administrative and Business Support Services. Only small businesses are to submit capability packages. Interested small b usinesses that are certified and qualified as a small business concern under NAICS code 561110 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. Contractor shall provide program management oversight of contractor personnel performing tasks under this order. The name of this person, and an alternate who shall act for the Contractor when the leader is absent, shall be designated in writing to the Co ntracting Officer. The Project Leader or alternate shall have full authority to act for the Contractor on all contractual matters relating to this contract. Contractor shall provide one progress report on tasks performed under this order. The Contractor shall support the HQDA staff in preparing for and execution of in-process reviews for the DASA(P&P) and/or other required senior officials, as directed. It is estimated that these meetings will be held no more than twice during the period of performance. The Contractor shall to update and validate the data contained in the Army Contracting Study, as directed. Based upon direction provided by the Government, the Contractor shall assist in assessing the efficiency and effectiveness of the Army contracting organizational structure and business processes by reviewing the Army contracting agencies missions/functions, evaluating process information requirements. The assessment will help the DASA(P&P) refine the Armys contracting processes, organizational str ucture, manning and information requirements. The Contractor shall assist the Government in the preparation of alternatives, recommended course(s) of action, estimated costs, and in the development of an implementation plan and timeline. The Contractor s hall provide recommendations for the best combination to reduce cost, increase efficiency, and increase effectiveness from an overall Army-wide perspective. The Contractor will assist the Government in determining the pluses and minuses of any proposed co nsolidation, reorganization, or streamlining to include not only the examination of manpower reductions, but processes, process steps, and infrastructure that could potentially be eliminated to achieve quantitative improvements taking into account existin g acquisitions regulations, including the Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). The Contractor shall consider these factors, among o thers, in their updates to the Army Contracting Study: the potential downsizing of military members of the Army Acquisition Corps; the increasing number of civilians eligible for retirement; the low accession rates of 1102 interns, including the difficu lty in retaining graduate interns over time. In the analysis, the contractor shall provide the rationale for the recommendations, taking into account the observed strengths and weaknesses of each organization, both individually and as a whole. As request ed, the contractor shall collect and assess previous studies in order to provide nput/recommendations to the working groups. As requested, the contractor shall perform an analysis of support requirements needed to ensure adequate support to the Army Contr acting agencies. When requested, the contractor shall perform an analysis of potential barriers to implementation including existing laws, regulations, and stakeholder issues. The Contractor shall provide such facilities, equipment, and any other items as deemed necessary by the Government for the conduct of conferences/meetings. The size of the meeting facility will vary from meeting to meeting depending on the numbe r of participants. At a minimum, the facility must be suitable for holding at least five (5) participants and no more than fifty (50) participants. As soon as the Government is aware that such requirements are needed, it will notify the Contractor in wri ting or telephonically. The Contractor will have 1 to 2 working days (depending on the circumstances) to provide a task execution proposal. The Government will notify the Contractor, if a quicker turn around time is required. A not to exceed line will b e established for the execution of this subtask. The Government will fund this task separately if conference/meeting support is required. If at least two responsible small business concerns are determined by the Government to be capable of performing thi s requirement based on an evaluation of the capability packages submitted by 10:00 a.m. on 09 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 responsib le 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 other than full and open procedures. No other synopsis will be posted for this requirement. A Firm Fixed Price contract is anticipated. The period of performance will be for 60 days. The place of performance will be at the Office of the DASA(P&P)  Pentagon, Rosslyn Metro Center, VA and Crystal City, VA; locations at Ft. Belvoir, Alexandria, Falls Church, VA and Washington, DC; other approved Army field locations. Contractor personnel will be required to receive and maintain a secret facility clearance. No s olicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Rorri D. Waters, Contract Specialist at 703-692-5632 or rorri.waters@hqda.army.mil or Donald Leath, Contracting Officer , at 703-693-2562 or donald.leath@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
SN01331709-W 20070701/070629231251 (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.