Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2008 FBO #2300
SOURCES SOUGHT

R -- Knowledge Management Program Coordinator

Notice Date
3/12/2008
 
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
HF102672960002000
 
Response Due
3/19/2008
 
Archive Date
5/18/2008
 
Point of Contact
William Tugman, 703-697-2799
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(tugmanw@conus.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 The Department of Defense Office of the Inspector General, intends to procure a Knowledge Management Program Coordinator as a small business set-aside. Only small businesse s are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541690 with a size standard of $6.5M are encouraged to submit their capability packages outlining their experience in response to the following key questions: 1. What level of experience do you have in conducting periodic knowledge assessments to help baseline knowledge gaps, flows, resources, and knowledge sharing attitudes? Explain the methodologies you use, the population sizes you have generated assessments for, the number of dimensions in your assessment models, the accuracy and validity of your assessments, and the technologies you have used to generate and provide data regarding knowledge gaps, flows, an d resources globally. 2. What level of experience do you have in analyses and analysis technologies that offer simple to sophisticated analytic capabilities? 3. What level experience do you have in the use of web-based technologies in the areas of knowledge management? 4. What kinds of quality control procedures have you developed and implemented in order to ensure that generated assessments are valid and reliable? 5. What level of experience do you have in research and analytic techniq ues as applied to knowledge management? Describe specifically the number of years, the work completed, technologies used, the customers serviced, and the outcomes to include successes and failures. The capability statements shall not exceed 20 pages in total. If at 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 10:00am EST on 19 Mar 2008, the requirement w ill 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 response date or if the Government determines that no small businesses are capable of pe rforming this requirement based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. No other synopsis will be posted for this requirement. To assist us in maintaining a list of interes ted 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 Mr. William Tugman e-mail: tugmanw@conus.ar my.mil. A labor hours type contract is anticipated. The period of performance will be for one (1) base year with four (4) twelve (12) month option periods. The place of performance will be at teh contractor facility. Contractor personnel will not requi re a security clearance however they will require an escort while visiting DoD OIG. A written Request for Proposal (RFP) will be posted on or about 19 Mar 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil /RFP/RFP-1.asp, select the desired RFP then 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 identifi ed below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Mr. Willi am Tugman, Contract Specialist at (703) 697-2799; e-mail: tugmanw@conus.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
SN01530808-W 20080314/080312224543 (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.