Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2008 FBO #2476
SOURCES SOUGHT

A -- Sources Sought Solicitation for services to support the Army's Modular Future Force and Future Combat Systems

Notice Date
9/4/2008
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), 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-0128
 
Response Due
9/19/2008
 
Archive Date
11/18/2008
 
Point of Contact
Debra Parker, (703) 693-2924<br />
 
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 Contracting Center of Excellence (CCE) at the Pentagon, on behalf of Army Capabilities and Integration Center-Forward (ARCIC-F), Plans and Operations Division, intends to procure services to support the Armys Modular Future Force and Future Combat Systems. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS Code 541712 with a size standard of 500 are encouraged to submit their capability packages. Capability packages must not exceed five pages and must be submitted electronically. In response to this sources sought, interested vendors are requested to provide answers to the following questions in relation to the attached PWS. The answers should be brief and to the point, not exceeding five pages total. Companies submitting more than five pages will not be evaluated. 1. From a large Global Enterprise Systems Engineering perspective, what kind of experience does your company possess? 2. Does your company have experienced technical staff and possess the organizational and operational strategies based on findings and impacts related to the subject of this sources sought? 3. Past Performance-Does your firm have the relevant past performance within the last three years (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed)? 4. What experience does your company have relating to strategic, analytical, operational, strategic and programmatic support for the Armys Modular Force and Future Combat Systems? 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 19 Sep 08 at 2:00 p.m., 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 solicited under full and open procedures. 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 to Debra Parker. A Time and Material, Indefinite Delivery/Indefinite Quantity contract is anticipated. The period of performance will be February 2009 to January 2014. The place of performance will be within the National Capital Region and limited Government space will be provided. Contractor personnel will require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 4 Nov 08. The RFP must be retrieved and downloaded from the Army Single Face to Industry (ASFI) Acquisition Business Web Site. 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. Contractors are responsible for all costs for submitting their capability packages. The POC is Debra Parker and she can be reached via email at Debra.J.Parker@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bf1b394a2d54d19a9327e971706254ed&tab=core&_cview=1)
 
Place of Performance
Address: USA Garrison Fort Monroe 12 Murray Street Fort Monroe VA<br />
Zip Code: 23651-5000<br />
 
Record
SN01659500-W 20080906/080904221244-bf1b394a2d54d19a9327e971706254ed (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.