Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2007 FBO #2097
SOURCES SOUGHT

R -- Sources Sought DoD LOGISTICS, MAINTENANCE, and SUPPLY SUPPORT

Notice Date
5/30/2007
 
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
W91WAW07R0062
 
Response Due
11/15/2007
 
Archive Date
10/24/2007
 
Point of Contact
Maria Hayes, 703-695-8651
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(maria.hayes@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Agency, Contracting Center of Excellence (CCE), Pentagon, on behalf of the Naval Air Systems Command (NAVAIR) Joint DoD MRP II Program Office (PMA 203) and its customers intends to procure administrative and management support services as small business set aside or under full and open competition procedures. We are seeking potential Small Business sources with the capability to serve as the prime contractor for the total life cycle systems management for business process serv ices and IT solutions for logistics, maintenance, and supply functions and associated technologies. These services include all life cycle management activities associated with the planning, implementation, execution, and retirement of business processes a nd systems solutions for DoD Logistics, Maintenance and Supply Support (LMSS) activities and associated business initiatives, as well as, those activities required for moving to an enterprise-wide, life cycle alignment of resources and outputs to achieve t op-down performance driven outcomes. Interested small businesses who are certified and qualified as a small business concern in NAICS code 541611 with a size standard of $6.5M are encouraged to submit their capabilities package. The expected period of performance will be for a base period of 12 months with four, 12-month option periods. Small Business respondents having the skills and capabilities necessary to perform the stated requirements are invited to provide the following information: (a) Provide a list of DoD customers within the past 3-years highlighting similar work performed. Include contract numbers, contract type, dollar value of each procurement, and brief description of the work performed. (b) Provide demonstrative information relative to past experience as well as an understanding of the requirement and ability to perform the following tasks under the LMSS PWS: 1. Acquisition / Program Management / Life Cycle Logistics (PWS 5.1) 2. Systems Engineering Technical Support (PWS 5.2) 3. IT Solutions and Support (PWS 5.3) 4. Enterprise Alignment Support (PWS 5.4) These are the factors that will be used to evaluate your capability package: " Understanding of Requirement: Assess the degree to which the vendor has demonstrated an understanding of the requirements of the PWS. " Capabilities: Assess the degree to which the vendor has demonstrated that they are capable of performing the full range and scope of the requirement. " Relevant Experience Assessment: o Has the vendor provided a summary of their relevant experience and knowledge that addresses the entire scope of the requirement? o Assess the degree to which the offeror has demonstrated relevant experience in fulfilling customer requirements similar in nature and scope to the LMSS requirement. Interested parties may access the DRAFT Performance Work Statement (PWS) at http://dccw.hqda.pentagon.mil/services/.asp reference solicitation number W91WAW-07-R-0062, LMSS Sources Sought. If difficulty exists in accessing that link, use the following l ink: http://dccw.hqda.pentagon.mil/index.htm . On the left hand side, click on SERVICES, then on the right-hand side, under SERVICES FOR BUSINESS PARTNERS, click on RFPs. Select: W91WAW-07-R-0062, LMSS Sources Sought. 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 capabilities packages submitted by 12:00 PM, Eastern Standard Time 18 June 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 requirement based upon an evaluation of the capabilities packages submitted, this requirement will be solicited under full and open comp etition procedures. E-mail responses without the aforementioned information will not be recognized as valid. Areas where a source does not have prior experience should be annotated as such. Your response is limited to 30 pages with a font size of 12 arial. NO SOLICITATION EXISTS AT THIS TIME. The government reserves the right to conduct vendor oral capabilities demonstrations to be scheduled at a later date. Capability packages are to be emailed by 12:00 PM, Eastern Standard Time (EST), June 2007 to Nancy.Lyons@hqda.army.mil, 703-692-4664. No extensions will be granted and no capability statements will be considered after this closing date. No telephone submi ssions will be honored. For further information for this proposed action, please contact Nancy.Lyons@hqda.army.mil, 703-692-4664, Contracts Specialist or Shawn.Kerkes@hqda.army.mil, Contracting Officer at 703-692-9530. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-MAY-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 22-AUG-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW07R0062/listing.html)
 
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
SN01382097-F 20070824/070822230248 (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.