Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2008 FBO #2302
SOURCES SOUGHT

R -- Missile and Munitions Systems Automated Cost Database (ACDB) Support

Notice Date
3/14/2008
 
Notice Type
Sources Sought
 
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-0043
 
Response Due
3/24/2008
 
Archive Date
5/23/2008
 
Point of Contact
Stacy Bailey, 703-697-7329
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(stacy.bailey@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 (ODASA-CE), intends to procure all personnel, equipment, tools, materials, supervision, and other items necessa ry to provide non-personal technical support services to the (ODASA-CE) in the concentrated areas of cost and economic analysis of major systems programs and associated acquisition/financial management policies and procedures of the Depart of Defense (DoD) , as a small business set-aside or under full and open procedures. 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 businesses th at 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 outlining their experience in the following key areas: Development of cost databases, co st estimating relationships (CER), cost models, special research to support the estimation of life cycle costs or economic analyses and provide needed instruction in classrooms, small groups, and/or one-on-one settings in core areas of research (CER devel opment, Cost Performance Estimating Relationships (CPER), and cost modeling support). The following questions must be answered as part of the packages: (1) Financial Capability- Does your firm have the financial capability to abide a negative cash flow of $60,000-$70,000 per month? (2) Past Performance- Does your firm have the relevant past performance within the last three (3) years that are similar in the scope, and complexity of work in the PWS (See Internet website http://cce.hqda.pentagon.mil/rfp/rfp_1 .asp for draft copy)? (3) Corporate Experience- Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS? If at least two responsible small business concerns are determined by the Government to be cap able of performing this requirement based on an evaluation of the capability packages submitted by 24 Mar 08 at 3:00 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 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 s olicited under 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), a ddress, phone number, and business size under the above NAICS code to the POC for this procurement, Stacy Bailey. A Firm Fixed Price contract is anticipated. The period of performance is a base period of twelve months and four (4) option years. The work u nder this contract will be performed at the Government facilities. A written Request for Proposal (RFP) will be posted on or about 25 April 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp click on 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. RFP questions are to be submitted by 1:00 PM EST, 5 May 2008. Respon ses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all cost s for producing and mailing their proposals. POC is Stacy Bailey, Contract Specialist at (703) 695-8651 or, stacy.bailey@hqda.army.mil or Maj Conway Phelps, Contracting Officer, at (703) 695-9428 or conway.phelps@hqda.army.mil.
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Stacy Bailey, 5200 Army Pentagon, Room 1C256 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01532987-W 20080316/080314230706 (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.