Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOURCES SOUGHT

A -- Researcj amd Studies Services

Notice Date
11/14/2008
 
Notice Type
Sources Sought
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
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
W91WAW09ARI
 
Response Due
11/24/2008
 
Archive Date
1/23/2009
 
Point of Contact
LaWanda Stewart, (703) 697-6258<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract will not be awarded as a result of this sources sought. The U.S. Missions and Installation Contracting Command, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of U.S. Army Research Institute, intends to procure research and studies services as a small business set-aside or under full and open procedures. 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 541720 with a size standard of $5,000,000.00 are encouraged to submit their capability packages. Capability packages must not exceed 20 pages (not including resumes) and must be submitted electronically. Small businesses are to outline their experiences in the following: 1) Research studies or analysis dealing with manpower, personnel, and leader development issues; 2) Conduct surveys to provide information for decision-making on manpower, personnel, and leader development issues; 3) Develop personnel assessment instruments, questions for attitude and opinion surveys, and instruments to address issues in leader development, teamwork, organizational science, organizational and social culture, and network science; 4) Develop performance measures, conduct validation research predictor and performance 5) Lead, monitor, conduct massive, large-scale data collection involving thousands of soldiers at locations around the world. Areas or tasks where a contractor does not have prior experience should be annotated as such. In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of $416,666.00 per month? (2) 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)? And (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 24 November 2008; 12:00 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 LaWanda Stewart. A Mulitple Award Indefinite Devlivery Indefinite Quantity (IDIQ) is anticipated. The anticipated period of performance will be a 12 month base period with 4 12 month option periods. The primary place of performance will be at the Contractors facility although travel to multiple data collection sites is also anticipated. Contractor personnel will not require a clearance. The PWS must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp select the desired number and click on the Process button or FedBizOps https://www.fbo.gov/index?cck=1&au=&ck=. No hard copies of the PWS will be issued; all amendments will be posted and must be retrieved from this website. Responses to the PWS 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. POC is LaWanda Stewart, via e-mail address LaWanda.Stewart@hqda.army.mil or MAJ Conway Phelps, at e-mail address conway-phelps@us.army.mil. No telephone calls reference the sources sought will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=72f98459dd1e9eb1e6de0cb56a474da8&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
SN01704836-W 20081116/081114215606-72f98459dd1e9eb1e6de0cb56a474da8 (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.