Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2008 FBO #2567
SOURCES SOUGHT

R -- Accessions Strategy

Notice Date
12/4/2008
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources 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-09-R-0021
 
Response Due
12/17/2008
 
Archive Date
2/15/2009
 
Point of Contact
Jeannette Jordan, 703-695-2043<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 US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of Deputy Secretary of the Army (DUSA), intends to procure advisory and assistance services to develop and accessions strategy within human resource strategy framework 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 541612 with a size standard of $6.5M are encouraged to submit their capability packages. Capability packages must not exceed 10 pages and must be submitted electronically. Questions about this requirement are to be submitted by 9 December 2008 @ 10:00 pm. Email only. Small businesses are to outline their capabilities and experiences in the following: 1.Demonstrate you abilities on performing strategic studies impacting Army Accessions processes and organizational structure; related Business Process Re-engineering; mapping information and decision making flows of critical issues; prioritizing improvement areas and suggesting actions for their improvement; and providing applicable cost/benefit analyses. 2.Provide detailed information demonstrating inter-relationship of Army Force Generation (ARFORGEN) and Accessions Strategy and how they can be optimized for overall systems performance. 3.Illustrate your abilities on integrating or coordinating the Accessions Enterprise employed by the components (AR, RA, and ARNG) thru mapping and comparison of their mission requirements, functions, policies, processes and funding; prioritizing improvement areas and suggesting actions for their improvement; and identifying applicable cost/benefit analyses. 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 $333,333.00 per month?, and (2) Past Performance-Does your firm have the relevant past performance within the last three years (include contract numbers, contract types, dollar value of each procurements, point of contracts, and description of the work performed and the outcome)? If so, Please provide the information listed. 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 December 17, 2008 @ 12:00 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, cage code and your business size under the above NAICS code to the POC. A commercial contract award is anticipated. The anticipated period of performance will be six months base period with one six month option period. The place of performance will be primary at the contractor facility. Contractor personnel will not require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 10 January 2009. The RFP will be posted on the Army Single Face to Industry Web page. The RFP can also be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp selects the desired RFP and click on the Process button. The Government may revise its acquisition strategy and solicitation requirement based upon industry responses. 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. POC is Mrs. Jeannette Jordan, Contract Specialist at jeannette.jordan@hqda.army.mil or Ms. Ruby Mixon, Contracting Officer, at ruby.mixon@hqda.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bbb96cc55b30c8e5f6683e628de13b46&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
SN01714161-W 20081206/081204222829-bbb96cc55b30c8e5f6683e628de13b46 (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.