Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2008 FBO #2252
SOURCES SOUGHT

R -- C2 Policies

Notice Date
1/24/2008
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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-0026
 
Response Due
2/7/2008
 
Archive Date
4/7/2008
 
Point of Contact
Peggy Pennie, 703-697-0801
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(Peggy.Pennie@hqda.army.mil)
 
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 Joint Chiefs of Staff (JCS), Command Systems Operations Division (CSOD), intends to procure Contracted Advisory and Assistance Service (CAAS) in support of C2 policies. All on-site contractor personnel shall possess a current Top Secret (TS) clearance based on a Single Scope Background Investigation (SSBI) completed within the last 5 years with Sensitive Compartmented Information (SCI) eligibility. Contractors personnel clea rances must be verifiable within the Joint Personnel Adjudication System. The Contractor shall have a Top Secret Facility Clearance (FCL) as verified within the Industrial Facility Security Database (ISFD) at time of award. Only small businesses are to su bmit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541512 with a size standard of $23 Million are encouraged to submit their capability packages (not to exceed 15 pages) outlini ng their experience in the following key areas or tasks. A draft Performance Work Statement (PWS) for support to the C2 Policies is located on the CCE website at: http://cce.hqda.pentagon.mil click on SERVICES then RFPs; select W91WAW-08-T-0026 and click on the Process button. Respondents must also answer the following questions in their capability statements to be considered: 1. Does your company have personnel with a current TOP SECRET/SBI clearance and SCI access, and can be assigned to the governme nt worksite within a week of contract award? 2. Does your company have current experience in Joint Staff policies and staffing procedures? 3. Can your company provide technical and functional expertise with the Global Command and Control System  Joint version 4.x Common Operational Picture (GCCS-J v4.xCOP)? 4. Does your company have the functional expertise on the policies, procedures and governance of Command and Control within the C2 Warfighter Mission Area with expertise on GCCS-J and knowledge of Net Enabled Command and Control evolving Service Oriented Architecture data ontology relationships? If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation o f the capability packages submitted by 2:00 PM EST, 07 Feb 2008, 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 respon se 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. Questions are to b e submitted by 11:30 AM EST, 30 Jan 2008. 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 companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement Peggy Y. Pennie. A Firm Fixed Price contract is anticipated. The period of performance will be a 12 month base period plus four option years. The place o f performance will be the Pentagon. Contractor personnel will require a current top secret clearance. A written Request for Proposal (RFP) will be posted on or about 15 Feb 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http://cc e.hqda.pentagon.mil click on SERVICES then RFPs; select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendm ents 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 capab ility packages. POC is Peggy Y. Pennie, Contract Specialist at Peggy.Pennie@hqda.army.mil or Roland Thomas, Contracting Officer, at Roland.Thomas@hqda.army.mil.
 
Place of Performance
Address: The Joint Chiefs of Staff The Pentagon Washington DC
Zip Code: 20318
Country: US
 
Record
SN01491883-W 20080126/080124224129 (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.