SOLICITATION NOTICE
R -- Financial Management Operations
- Notice Date
- 12/11/2007
- 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
- W91WAW08-R-0018
- Response Due
- 12/21/2007
- Archive Date
- 2/19/2008
- Point of Contact
- Michael Chappell, 703-695-5665
- E-Mail Address
-
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(michael.chappell@hqda.army.mil)
- Small Business Set-Aside
- Total Small Disadvantage Business
- Description
- Combined Sources Sought/Synopsis for Financial Management Operations 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 contra ct may not be awarded as a result of this combined sources sought/synopsis. The US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the Deputy Assistant Secretary of the Army for Cost and Economics (DASA-CD), i ntends to procure Financial Management Operations Services as a small business set-aside or under full and open procedures. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small b usiness concern in NAICS code 541611 with a size standard of $6.5 million, are encouraged to submit their capability packages outlining their experience in the following key areas or tasks: 1. Do you have demonstrated experience with cost estimating milit ary installation services? Base Operations (BOS) services (e.g. food services, utility services, etc.) for the Active and Reserve Component facilities? 2. Do you have demonstrated experience with supporting the Armys Planning, Programming, Budgeting, a nd Execution System (PPBES)? This includes knowledge of: a) the Program Objective Memorandum (POM) process, b) Army appropriations (e.g. OMA, OMAR, OMNG), and c) Army Management Structure Codes (AMSCO). 3. Do you employ statisticians/mathematicians exp erienced in Statistical Package for the Social Sciences (SPSS) who are capable of developing and analyzing cost data/models and Cost Estimating Relationships (CER)? Primary experience in the following statistical methodologies: a) multiple regression, b) correlation, c) plotting data, d) variable delineation (independent versus dependent), and e) cross tabulating. 4. Do you have demonstrated experience developing civilian pay rates used in the Armys Planning, Programming, Budgeting, and Execution Syst em (PPBES)? 5. Do you have experience developing personnel cost estimates for military, civilian, and contractor employees by occupation description, location of employment, and level of difficulty? If at least two responsible small business concerns a re determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 21 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 sub mitted this requirement will be solicited under full and open procedures. No other synopsis will be posted for this requirement. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your company s name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement Michael Chappell. An Indefinite Delivery/Indefinite Quantity Contract is anticipated. The period of performance will be fo r one Base Year and four (4) one-year options. The place of performance will be at the contractors place of business. Contractor personnel will require a current secret clearance. A written draft Performance Work Statement (PWS) will be posted on 11 Dec ember 2007 . A written Request for Proposal (RFP) will be posted on or about 21 December 2007. The PWS/RFP must be retrieved and downloaded from CCEs homepage at: http://dccw.hqda.pentagon.mil/rfp/rfp_1.asp select W91WAW-08-R-0018 and click on the Pro cess 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 su bmitted 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 Michael Chappell Contract Specialist at michael.chappell@hqda.army.mi l or Brenda Keiper, Contracting Officer, at brenda.keiper@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
- Zip Code: 20310-5200
- Record
- SN01467738-W 20071213/071211224052 (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 |