Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2008 FBO #2256
SOURCES SOUGHT

10 -- HRsolutions Program for Recruitment and Retention

Notice Date
1/28/2008
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources 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-08-0-0002
 
Response Due
2/11/2008
 
Archive Date
4/11/2008
 
Point of Contact
Timothy Floyd, 703 692-9332
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(timothy.floyd@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought 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 sources sought. The US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the HRsolutions Program Office, intends to procure Human Resource services, specifically, Recruitment and Retention, as a small business set-aside. Interested small businesses that are certified and qualif ied as a small business concern in NAICS code 541612 with a size standard of $6.5M are encouraged to submit their capability packages outlining their experience in the key areas addressed in Section 5.4 of the attached Performance Work Statement (PWS). Spe cifically, the information submitted shall address the following; (1) its corporate experience and infrastructure, (2) its past experience of similar work both in terms of scope and dollar value, (3) evidence that it possess the ability to manage multiple task orders performed simultaneously and (4) its teaming arrangement to include name of company and how long you have been in partnership if the intent is to team. The capability packages shall be submitted by 1600hrs, 4:00 pm, on February 11, 2008. If ca pability 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 pac kages submitted, this requirement will be solicited under full and open procedures. To assist in maintaining a list of interested small businesses for this potential procurement, please include your companys name, point of contact (POC), address, phone n umber, and business size and type i.e.; 8(a), WO, SDV etc, under the above NAICS code. Multiple IDIQ hybrid contract types are anticipated. The period of performance will be a base of 12 months, with (9) nine 12 month option periods. The place of performan ce will be determined in each task order. Contractor personnel will require at least a current secret clearance. Documentation relating to this sources sought must be retrieved and downloaded from CCEs homepage at: http://dccw.hqda.pentagon.mil/rfp/rfp_1 .asp . The Draft PWS is listed under W91WAW-08-0-0002, entitled RR Draft PWS. No hard copies of the Sources Sought will be issued; all amendments will be posted and must be retrieved from this website. Responses to the Sources Sought must be submitted by email to the POC identified below. The Government will not provide/publish the results of its review of the information received. Contractors are responsible for all costs for submitting their capability packages. POC is Mr. Timothy Floyd, Contract Spe cialist at timothy.floyd@hqda.army.mil or Ms Ruby Mixon, Contracting Officer, at ruby.mixon@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
SN01494099-W 20080130/080128224618 (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.