Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2007 FBO #2117
SOURCES SOUGHT

R -- J-5 STAB SUPPORT

Notice Date
9/11/2007
 
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-0171
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
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, J5, Stability Operations Division (J-5/SOD) intends to procure Contracted Advisory and Assistance Service (CAAS) for Recurring Stability Operation s Community Reporting (RSOCR) 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 Informati on (SCI) eligibility based on a Single Scope Background Investigation (SSBI) within the last five years. Personnel security clearances must be verifiable in the Joint Personnel Adjudication System (JPAS). Also, at the start of the contract, the company s hall possess a TOP SECRET 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 busi nesses 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 l isted in the Performance Work Statement (PWS). A draft PWS for support to the J5, Stability Operations Division (J-5/STAB)-RSOCR is located on the CCE website at: http://dccw.hqda.pentagon.mil/services/Services.htm click on RFPS; select W91WAW-07-T-017 1. Respondents must answer the following questions in their capability statements to be considered: 1) What experience and understanding does your company have in designing and executing a SECRET-level website for approximately 300 worldwide to be update d on a montly basis? 2) What experience and understanding does your company has in the identification and preparation of communications products and recurring newsletters referencing specific U.S. government-wide operations to assist in stabilizing and r econstructing countries or regions, especially those at risk of, in, or in transition from conflict or civil strife, and to help them establish a sustainable path toward peaceful societies, democracies, and market economies? 3) Can your company provide, o r secure access to, a document publication facility to produce documents for sharing relevant information in support of military support to activities as described in Question 2? 4) What experience and understanding does your company have in writing for a U.S. Government-wide audience? 5) What experience and understanding does your company have in the various processes for staffing issues, documents and reports through the Joint Staff? 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, 17 September 2007, the requirement will be solicited as a 100% set-aside for small business concerns. If capability pa ckages 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 capability packages submi tted 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, 13 September 2007. No other synopsis will be posted for this requirement. A Firm Fixe d 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 Pentago n. A written Request for Proposal (RFP) will be posted on or about 28 Sep 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 th e 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 compile d. 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.Thomas@hqda.army.mil.
 
Place of Performance
Address: Joint Chiefs of Staff ATTN: The Pentagon, J5 Washington DC
Zip Code: 20318
Country: US
 
Record
SN01402699-W 20070913/070911221726 (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.