Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2007 FBO #2188
SOLICITATION NOTICE

R -- J3 STO Training and Support

Notice Date
11/21/2007
 
Notice Type
Solicitation Notice
 
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-08-T-0009
 
Response Due
12/3/2007
 
Archive Date
2/1/2008
 
Point of Contact
Edwin Little, 703-692-6084
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(edwin.little@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
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 J3 Deputy Director for Global Operations (DDGO) for Special Technical Operations (STO) Training & Support/IO & STO Deconflictions Operations Support (J3 STO-IO&STODO), inten ds to procure Contracted Advisory and Assistance Service (CAAS) for support of the Special Technical Operation functions to include Sto training, STO processes development, STO plans STO deconfliction, and Computer Network Operations, and policy Support as a small business set-aside or under full and open procedures. 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). The company shall possess a TOP SECRET/SCI Facility Clearance (FCL). Failure to meet the security requirements renders the offer ors proposal non-responsive and therefore ineligible for award. 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 J3 Deputy Director for Global Ope rations J3 STO-IO&STODO is located on the CCE website at: http://dccw.hqda.pentagon.mil click on RFPS; select W91WAW-08-T-0009. Respondents must answer the following questions in their capability statements to be considered: 1) Does your company meet t he DD254 and personnel security requirements of TS/SCI level? Can you provide facilities that are also cleared for TS/SCI? 2) What experience do you have with Special Technical Operations (STO), specifically; operations, planning, policy issues, etc...? 3) What experience do you have with Joint Staff Planning and the Joint Operations, Planning, & Execution System (JOPES) process? 4) What experience do you have with classified Information Technology networks, specifically a system consisting of these 3 components (Automated Information Systems, Voice Over Internet Protocol phones, Video Teleconferencing)? When documenting experiences, include the contract number, the description of the work, and the contact information for the technical POC. If at lea st 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, 3 December 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 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 4:30 PM EST, 26 November 2007. No other sy nopsis 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 22 December 2007. To obtain copies of this announcement, go t o the CCE webpage at http://cce.hqda.pentagon.mil. Click on Service, then on the left side of the page click  RFPS. Then select your RFPS. 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 Edwin Little, Contract Specialist at edwin.little@hqda.army.mil or Roland Thomas, Contracting Officer, at R oland.Thomas@hqda.army.mil.
 
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
SN01456818-W 20071123/071121223833 (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.