Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2008 FBO #2259
SOLICITATION NOTICE

R -- JCS J7 Training Transformation Program

Notice Date
11/7/2007
 
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-R-0009
 
Response Due
11/23/2007
 
Archive Date
4/14/2008
 
Point of Contact
Edwin Little, 703-692-6084
 
E-Mail Address
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 Joint Chiefs of Staff (JCS), J7 is seeking technical assistance for Training Transformation and Joint Training System development, implementation, refinement, integration, a nd assessment 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 Backgroun d 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 r enders the offerors 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 JCS J7 Training T ransformation Program is located on the CCE website at: http://cce.hqda.pentagon.mil click on Business Opportunities, then RFPS; select W91WAW-08-R-0009. Respondents must answer the following questions in their capability statements to be considered: 1. Does your company meet the DD254 and personnel security requirements? 2. Describe your corporate experience in the development of plans, draft policies and strategic documents for Senior Military and Civilian Leaders. 3. Describe your corporate exp erience with the execution of the JTS; development of joint mission essential task lists, joint training plans (JTPs), and developing assessments and lessons learned reports in support of the Combatant Commands; and 4. Describe your corporate experience implementing systems similar to the JTS. When documenting experiences, include the contract number, the description of the work, and the contact information for the technical POC. If at least two responsible small business concerns are determined by th e Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 9:00 AM EST, 23 November 2007, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packag es 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 11:30 AM EST, 13 November 2007. No other synopsis will be posted for this requirement. A Firm Fixed Pri ce 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 28 December 2007. To obtain copi es of the this announcement, go to 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. C ontractors are responsible for all costs for submitting their capability packages. POC is Edwin Little, Contract Officer at Edwin.little@hqda.army.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-NOV-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 31-JAN-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-08-R-0009/listing.html)
 
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
SN01497914-F 20080202/080131231658 (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.