Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2007 FBO #2090
SOURCES SOUGHT

R -- J5 DD/WOT SUPPORT

Notice Date
8/15/2007
 
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-0149
 
Response Due
8/29/2007
 
Archive Date
10/28/2007
 
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, Deputy Director of War on Terrorism, J5 DD/WOT/J5), intends to procure Contracted Advisory and Assistance Service (CAAS) for Combating Weapons of Mass Destruction (WMD) Support as a small business set-aside or under full and open procedures. At the start of the contract, all assigned contractor personnel shall possess a current TOP SECRET (TS) Clearance with Sensitive Compartmented Information (SCI ) eligibility based on a Single Scope Background Investigation (SSBI) within the last five years. Personnel security clearances must be verifiable from the Defense Security Service (DSS). Also, at the start of the contract, the company shall possess a TO P SECRET/SCI Facility Clearance (FCL). Failure to meet the security requirements renders the offerors proposal non-responsive and therefore ineligible for award. Only small businesses are to submit capability packages. Interested small businesses that a re 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 Deputy Director of War on Terrorism DD/WOT-WMD is located on the CCE website at: http://dccw.hqda.pentagon.mil/services/Services.htm click on RFPS; select W91WAW-07-T-0149. Respondents mu st answer the following questions in their capability statements to be considered: 1) What experience and understanding does your company have with Combating Weapons of Mass Destruction (CWMD) missions? 2) What experience and understanding does your company have with strategy/policy review and development, requirements analysis, and staff assistance for Combating Weapons of Mass Destruction (CWMD)? 3) What understanding does your company have of contingency plans (CONPLAN 8099, Regional CWMD plans, etc.)? 4) What experience does your company have with Strategic Global Assessments and associated research, coordination, data collection and presentation of assessment results at both the executive and action officer levels? 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 2:00 PM EST, 29 August 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. Respondents will not be notified of the results. Questions are to be submitted by 11:30 AM EST, 22 August 2007. No o ther synopsis will be posted for this requirement. A Firm Fixed Price contract is anticipated. The period of performance will be a 12 month base period plus four option years. The place of performance will be the Pentagon. A written Request for Proposal (RFP) will be posted on or about 05 Sep 2007. The RFP must be retrieved and downloaded from CC Es 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 packages. POC is Leona C. Cousar, Contract Specialist at leona.cousar@hqda.army.mil or Roland Thomas, Contracting Officer, at Roland.Tho mas@hqda.army.mil.
 
Place of Performance
Address: Joint Chiefs of Staff ATTN: The Pentagon, J5 Washington DC
Zip Code: 20318
Country: US
 
Record
SN01373692-W 20070817/070815222006 (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.