Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

U -- Army Force Management School (AFMS)

Notice Date
3/25/2009
 
Notice Type
Presolicitation
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
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-SS-03252009
 
Response Due
4/8/2009
 
Archive Date
6/7/2009
 
Point of Contact
Toye Y. Latimore, 703-428-0402<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 US Army Contracting Agency, Contracting Center of Excellence on behalf of the Army Force Management School (AFMS), intends to procure a contractor(s) who shall provide overall operational and programmatic support to the Force Management School: to provide in-depth education and training to both military and civilian personnel in the entire spectrum of Force Management, Force Development, and Force Integration to include the why and how to of determining force requirements and alternative means of resourcing. The contract will provide for the focusing of force capabilities centered upon the processes, system of systems and regulatory basis of force management and the capabilities that must be sustained through management of doctrinal, organizational and materiel change. The Army Force Management School is a government owned contract operated school which provides consolidated and cost effective Force Management education and training to both Military and Civilian force Management Analyst, and to provide the means of maintaining currency of specified Army Force Management publications, regulations, manuals, pamphlets, circulars and associated documents, providing review, updating, and publication of force management related publications. On 24 June 1994 The Force Management School (FMS) was established as a central educational institution for preparing senior leaders both military and civilian entering the FM worldwide community. Since Contract inception the Army Force Management School has provided in excess of 20,000 graduates, and averages 3,500 students per year. The Force Management School provides the only means to teach the Army how the Army runs versus the TRADOC School System, which teaches how the Army fights. The contract also will provide, through the FMS, with the means of maintaining currency of specified force management publications, regulations, manuals, pamphlets, circulars and associated documents, providing review, updating, and publication of force management related publications. The Government anticipates that a Firm Fixed Price Labor Hour, Indefinite Delivery/Indefinite Quantity (IDIQ) type contract, with multiple awards will be solicited for and awarded. The expected period of performance will be for a Base Period of 12-months with four (4) 12-month Option Years. Performance shall be principally at the Force Management School at Fort Belvoir, Virginia. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the company's existing experience in relation to the areas specified in the PWS. Only small businesses and hub-zone businesses are to submit capability packages. Interested small and hub-zone businesses that are certified and qualified as a small business or hub-zone business concern in NAICS code 611310 with a size standard of $7 Million are encouraged to submit their capability packages. Capability packages must not exceed 50 pages and must be submitted electronically. Small business and hub-zone businesses are to outline their experiences in the following areas: 1) Organization Design and Analysis 2) Force Development 3) Capabilities Based Requirements Generation 4) The Army Authorization Documents System (TAADS 5) Structure and Manpower Allocation System (SAMAS 6) Force Management Education and Training and lastly 7) Doctrine. Areas or tasks where a contractor does not have prior experience should be annotated as such. NOTE: The following questions must be addressed in each capability package. 1. Financial Capability-Does your firm have the financial capability to withstand a negative cash flow? 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 contacts, and brief description of the work performed)? 3. Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity and difficulty of work as outlined above? If at least two responsible small and or hub-zone business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by April 8, 2009, the requirement will be solicited as a 100% set-aside for small and or hub-zone business concerns. If capability packages are not received from at least two responsible small business or hub-zone businesses by the response date or if the Government determines that no small or hub-zone 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 and hub-zone businesses for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement Toye Latimore, Contracting Officer, Email: toye.y.latimore@us.army.mil and Robert. Lebron@conus.army.mil. Capability packages shall be submitted to both POCs. Contractor personnel will require a SECRET clearance. A written Request for Proposal (RFP) will be posted sometime during the month of April 2009. The RFP must be retrieved and downloaded from CCE's homepage at: http://cce.hqda.pentagon.mil/rfp/rfp)1.asp. 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. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Toye Y. Latimore, Contracting Officer, for all contracting matters. Email: toye.y.latimore@us.army.mil. Industry reps are reminded to submit their capability briefs to Mr. Lebron at Robert.Lebron@conus.army.mil. No telephonic inquires will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=36c970a484a0656e76043bae4521feb4&tab=core&_cview=1)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Hoffman Building II, Room 11S67, Attn: Mr. Donald Leath Alexandria V<br />
Zip Code: 22332<br />
 
Record
SN01778055-W 20090327/090325221157-36c970a484a0656e76043bae4521feb4 (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.