Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOURCES SOUGHT

R -- Capabilities Board Planning (CBP)Development

Notice Date
7/19/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management 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-T-0136
 
Response Due
7/31/2007
 
Archive Date
9/29/2007
 
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 Joint Chiefs of Staff, J-8 , intends to acquire Contracted Advisory and Assistance Services (CAAS) required to update the processes by which the Functional Capability Bo ards (FCB) operate. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541611 with a size standard of $6.5 Million are encouraged to submit their capability packages (shall not exceed 15 pages) outlining their experience in the following tasks listed in the Performance Work Statement (PWS). A draft PWS for support to the CBP Development is located on the CCE website at: http://dccw.hqda.pentagon. mil/services/Services.htm click on RFPS; select W91WAW-07-T-0136. Respondents must answer the following questions in their capability statements to be considered: 1) What experience does your company have with the Joint Capability Integration and Deve lopment System (JCIDS)? 2) What experience and understanding does your company have in dealing the Joint Requirements Oversight Council (JROC) and the Joint Capability Boards (JCB) and the Title X responsibilities of both? 3) What understanding does yo ur company have of the Joint Operating Concepts and the associated family of concepts? 4) What experience does your company have with the roles and responsibilities of the Functional Capability Boards as well as the Institutional Reform and Governance (I R&G) effort that is a direct product of the QDR? 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, 31 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 sm all 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. Respondents will not be notified of the results. Questions are to b e submitted by 11:30 AM EST, 24 July 2007. No other synopsis will be posted for this requirement. A Firm Fixed Price contract is anticipated. The period of performance will be 210 days. The place of performance will be the Pentagon. Contractor personn el will require a current top secret clearance. A written Request for Proposal (RFP) will be posted on or about 08 Aug 2007. The RFP must be retrieved and downloaded from CCEs homepage at: http://dccw.hqda.pentagon.mil/services/Services.htm click on R FPS; 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 packages. POC is Peggy Y. Pennie, Contract Specialist at Peggy.Pennie@hqda.army.mil or Roland Thomas, Contracting Officer, at Roland. Thomas@hqda.army.mil.
 
Place of Performance
Address: The Joint Chiefs of Staff The Pentagon Washington DC
Zip Code: 20318
Country: US
 
Record
SN01346994-W 20070721/070720001820 (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.