Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 04, 2007 FBO #2169
SOURCES SOUGHT

R -- N65236-08-R-0010

Notice Date
11/2/2007
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_533D2
 
Response Due
11/19/2007
 
Point of Contact
Point of Contact - Joanne Banks, Contract Specialist, 843-218-5953
 
E-Mail Address
Email your questions to Contract Specialist
(joanne.banks@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SPAWARSYSCEN Charleston is soliciting information from potential sources for management and business operations improvement (40%), program and project management support (40% of estimated level of effort), and financial management support (10% of estimated level of effort). The Command and Control Systems Department, Code 5.3 desires to engage in a contractual relationship with a commercial organization that possesses demonstrated experience in successfully implementing and managing best industry practices in areas of business operations improvement and program/project management. Management and Business Operations Improvement Support activities shall include strategic planning, business planning, business process re- engineering, process improvement implementation, knowledge management, and customer relation management support efforts. Program and Project Management Support activities shall include program support and analysis, program/project planning and tracking, earned value management, and program review support efforts. Financial Management Support activities shall include financial data management and reporting, contract monitoring, acquisition support, and procurement tracking support efforts. The challenge of this contract is to integrate best commercial business practices (e.g., Earned Value Management, Business Process Re- engineering, Process Improvement, etc.) into the U.S. Government???s work processes. The desired contractual relationship will engage a commercial entity that has successfully integrated these processes into Government or large industry. The commercial entity will also possess well-formulated, proven concepts on how to implement these processes into Government. To prevent engaging a company, which would have to learn on the job through trial and error, the Government will not enter into a contractual relationship with an entity that does not have this experience. The successful contractor must be visionary and experienced. The Department???s goal is to partner with industry to set a standard for how Government should be doing business. The contractor shall provide world-class business operations support services with the goal of increasing the efficiency and effectiveness of the Department. The intent of this effort is for the contractor to identify, inject, institutionalize, and perform industry best practice support efforts within the Department. The current Code 5.3 business base to be supported under this contract consists of, but is not limited to, Department of Defense (DoD), Department of Navy (DoN), Foreign Military Sales (FMS), Department of Justice (DoJ) Federal Bureau of Investigations (FBI), Homeland Security (HLS), and other inter-agency programs. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for an Indefinite Delivery, Indefinite Quantity, Cost-Plus-Fixed-Fee, Performance Based type contract. Firms are invited to submit appropriate documentation, literature, brochures and references to support that they possess the required specialized experience in the categories/sub-categories noted above with capabilities necessary to meet or exceed stated requirements. Responses shall be submitted by electronic mail to Joanne.Banks@navy.mil. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership (including Country of Ownership), indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Veteran-Owned and/or Service-Disabled Veteran-Owned Business, and Central Contractor Registration (CCR) information; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number; (7) affiliate information: parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime); (8) a list of customers covering the past 5 years: highlight relevant work including a summary of work performed, contract number, contract type, dollar value for each customer reference, and customer point of contact with phone number. The summary must include an identification of how the experience ties to the categories/subcategories noted above. NOTICE REGARDING SYNOPSIS: This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resulting solicitation for the requirement. The Government reserves the right to consider a Small Business set-aside or 8(a) set-aside based on responses hereto. The applicable NAICS code is 561499, with a size standard of $6.5 million in annual receipts. For further technical information, contact Carissa Miller via email at carissa.miller@navy.mil. Closing date for responses is 15 days from the posting of this announcement at 2 PM Eastern Standard Time.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=F253B026F3AEBFB788257387005FA0BA&editflag=0)
 
Record
SN01445969-W 20071104/071102224339 (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.