Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

R -- Sources Sought/Synopsis for ACB Support

Notice Date
9/5/2008
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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-0130
 
Response Due
9/12/2008
 
Archive Date
11/11/2008
 
Point of Contact
paul.e.martin2, 703-695-0748<br />
 
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 Contracting Center of Excellence (CCE) at the Pentagon, on behalf of The Joint Staff, J4, intends to procure all personnel, equipment, materials and other items necessary to provide non-personal support services to provide support in assignment of actions, suspense management, tracking changes, extension requests, electronic distribution, monitoring of electronic in-boxes and preparation of reports, 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 that are certified and qualified as a small business concern in NAICS code 541611 with a size standard of $7.0 million are encouraged to submit their capability packages outlining their experience in the following key areas: Automated Tracking System and JSAP Data Entry, Tasker Development, Electronic Folder Development, Database Search, Suspense Management, Closure and Archive of Packages, and Customer Support Services. 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 $25,000-$35,000 per month? (2) Past Performance- Does your firm have the relevant past performance within the last three (3) years (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed) (See Internet website http://cce.hqda.pentagon.mil/rfp/rfp_1.asp for draft copy of the PWS)? (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 capable of performing this requirement based on an evaluation of the capability packages submitted by 12 September 2008 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 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, Stacy Bailey. A Firm Fixed Price contract is anticipated. The period of performance is a base period of six (6) months and four (4) twelve month option periods. The primary place of performance for this effort is Joint Staff, Assignment and Control Branch, The Pentagon, Washington, DC. Contractor personnel will require a current Top Secret clearance. A written Request for Proposal (RFP) will be posted on or about 17 September 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, 22 September 2008. 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 producing and mailing their proposals. POC is Stacy Bailey, Contract Specialist at (703) 695-8651 or, stacy.bailey@hqda.army.mil or Ms Gayna Malcolm-Packnett, Contracting Officer, at (703) 695-2564 or gayna.malcolm@hqda.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4d21bcf6f068d96844fdecf35d5707ab&tab=core&_cview=1)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
Zip Code: 20310-5200<br />
 
Record
SN01661433-W 20080907/080905222733-4d21bcf6f068d96844fdecf35d5707ab (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.