Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOURCES SOUGHT

D -- Sole Source Award to Realization Technologies, W91WAW-09-R-0059

Notice Date
4/30/2009
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
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-0059
 
Response Due
5/9/2009
 
Archive Date
7/8/2009
 
Point of Contact
Toye Y. Latimore, 703-428-0402<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a sources sought for information and planning purposes only; it is not to be construed as a commitment by the Government. The National Capital Regional Contracting Center, Contracting Center of Excellence (CCE) on behalf of the Naval Air Systems Command (NAVAIR) intends to award an IDIQ sole source contract to Realization Technologies as the sole designer, developer, manufacturer, and provider of software maintenance for Realization Technologies Theory of Constraints (TOC) Critical Chain Multi-Project Management (CCPM) software hereafter called Concerto. The CCE has a requirement for a software application which enables approximately 1900 employees to manage projects and resources at six DoD activities that serve 27 aircraft/vehicle lines using multi-project resource and task scheduling management control over execution and performance; and project cycle-time optimization utilizing what-if capability. The services under this contract will include software installation, training, implementation, integration and maintenance for DoD activities. The Concerto services requirement is a Joint DoD acquisition effort. The requiring activities include Air Force Air Logistics Centers (ALCs), Marine Corps Logistics Bases (MCLBs), Naval Fleet Readiness Centers (FRCs) and other DoD activities. The authority cited for this sole source award is 10U.S.C. 2304(1) as implemented by FAR 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services will satisfy agency requirements. If there are industry representatives that feel that can fulfill this service, you must submit a capability brief by 2:00 P.M. May 9, 2009. 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 511210 with a size standard of $25 Million are encouraged to submit their capability packages. 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 May 9, 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). The anticipated period of performance will be for 12 months. The place of performance will be Patuxent River, MD. A written Request for Proposal (RFP) will be posted on or about May 9, 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. Responses to the RFP must be submitted by email to the POC identified below by 2:00 P.M. on May 16, 2009. 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, Email: toye.y.latimore@us.army.mil. No telephonic inquires will be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=74d582fe829ca45ab78a58e22476a7bc&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
SN01805651-W 20090502/090430220620-74d582fe829ca45ab78a58e22476a7bc (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.