Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2008 FBO #2266
SOURCES SOUGHT

R -- Multinational Interoperability Council (MICII)

Notice Date
2/7/2008
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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-0033
 
Response Due
2/21/2008
 
Archive Date
4/21/2008
 
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), J-3 Deputy Directorate for Global Operations (J3 DDGO), requires contractor support for the J-3 in supporting forums that address information in teroperability requirements, doctrine, policies and procedures as a Small Business Set-Aside or under full and open procedures. All on-site contractor personnel shall possess a current Top Secret (TS) clearance based on a Single Scope Background Investiga tion (SSBI) completed within the last 5 years with Sensitive Compartmented Information (SCI) eligibility. Contractors personnel clearances must be verifiable within the Joint Personnel Adjudication System. Only small businesses are to submit capability pa ckages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541990 with a size standard of $6.5 Million are encouraged to submit their capability packages (not to exceed 15 pages) outlining their experien ce in the following key areas or tasks. A draft Performance Work Statement (PWS) for support to the Multinational Interoperability Council (MIC II) is located on the CCE website at: http://cce.hqda.pentagon.mil click on SERVICES then RFPs; select W91WAW- 08-T-0033 and click on the Process button. Respondents must also answer the following questions in their capability statements to be considered: 1) What evidence can you provide that your candidate has proven relationships with all the other six MIC memb er nations (Australia, Canada, France, Germany, Italy, and the United Kingdom) Ministries of Defense? 2) What evidence can you provide that your candidate has the required TS/SCI clearance effective day one of the contract? 3) What evidence can you prov ide that your candidate has the proven in-depth knowledge of, and subject matter expertise, in multinational and coalition processes, and the resulting interoperability issues? 4) What evidence can you provide that your candidate has the required amount o f experience or education/experience mix and proven ability to address strategic level issues at the national level and the proven ability to convey these issues in a professional and concise manner to Flag Officers/General Officers for a decision? If a t least 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 11:00 AM EST, 21 Feb 2008, the requirement will be solicited as a 1 00% 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 requireme nt based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. Questions are to be submitted by 11:30 AM EST, 13 2008. No other synopsis will be posted for this requirement. A Firm Fix ed Price contract is anticipated. The period of performance will be a 6 month base period plus four option years. The place of performance will be the Pentagon. Contractor personnel will require a current top secret clearance. A written Request for Pro posal (RFP) will be posted on or about 07 Mar 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.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 amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identifie d below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability 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
SN01503273-W 20080209/080207231327 (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.