Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2008 FBO #2285
SOURCES SOUGHT

R -- Future Technology Systems

Notice Date
2/26/2008
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical 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
W91WAW08R0044
 
Response Due
3/7/2008
 
Archive Date
5/6/2008
 
Point of Contact
gayna.c.malcolm, 703-695-2564
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(gayna.malcolm@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 Deputy Assistant Secretary of the Army for Cost and Economics, intends to procure all personnel, equipment, tools, materials, supervision, and other items necessary to provi de non-personal technical support services in the concentrated areas of cost and economic analysis of major weapon system programs and associated acquisition/financial management policies and procedures as a small business set-aside or under full and open procedures. Contractor personnel will require a current SECRET clearance. Only small businesses are to submit capability packages. Please limit the length of packages to ten (10) pages. Packages over 10 pages will not be evaluated. Interested small busin esses that are certified and qualified as a small business concern in NAICS code 541690 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) Update data collection, mapping, analysis, normalization and data base implementation. (2) Provide task order specified updates of the data bases in electronic format within the contract year utilizing the latest available data. (3) Develop cost estimating relationshi ps (CER), cost performance estimating relationships (CPER) (4) Perform special cost analysis studies (5) Provide technical and consulting support (6) Providing training to include classroom, small group and one-on one training on the specified models, d atabases, and analytical tools. Prepare a detailed Study Plan within the first thirty days of contract award. (7) Provide an in process review within two months of contract award to describe progress to date and plans for the delivery order. (8) Identify d ata that should be included in data abases. Provide a monthly status report that describes the current months accomplishments. (9) Providing final report and electronic update deliverable which includes documentation of the results. The following questio ns need to be answered as part of the packages: (1) Do you have a working knowledge of the Automated Cost Estimating Integrated Tools (ACEIT) specifically; are you proficient in the Automated Cost Database (ACDB) and Cost Statistical Package modules of thi s tool; (2) Are you proficient in the software required for the task (Price, SEER, QSM, ( 3) Does your team have familiarity with Army or equivalent equipment inventory, research, and programs including recapitalization and modernization programs; (4) Do es your team include engineers with advanced knowledge of robotic vehicle, and armament technologies both commercial and military; (5) Do your team members have experience in parametric modeling; (6) Does your team have experience in Army or equivalent wea pon systems cost estimating including a working knowledge of the Army cost element structure and Military Handbook 881 work breakdown structures. If at least two responsible small business concerns are determined by the Government to be capable of perfor ming this requirement based on an evaluation of the capability packages submitted by 7 March 08 at 1:00 PM EST, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two r esponsible 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 und er 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 companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement, Joyce Jackson. An Indefinite Delivery/ Indefinite Quantity contract is a nticipated. The period of performance is a base period of twelve months and four (4) one year options. The work under this contract will be performed at the Contractors facilities and Government facilities. A written Request for Proposal (RFP) will be pos ted on or about 17 March 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http://dccw.hqda.pentagon.mil/home/index.asp click on RFPS; select the desired RFP and click on the Process button. No hard copies of the RFP will be issu ed; all amendments will be posted and must be retrieved from this website. Questions are to be submitted by 1:00 PM EST, 31 March 2008. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compi led. Contractors are responsible for all costs for producing and mailing their proposals. POC is Joyce Jackson, Contract Specialist at (703) 695-0732 or, joyce.jackson @hqda.army.mil or Pamela Callicutt, Contracting Officer, at (703) 697-5320 or pamela.c allicutt@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
SN01517093-W 20080228/080226224137 (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.