Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2009 FBO #2725
SOURCES SOUGHT

R -- Sources Sought - Support Services

Notice Date
5/11/2009
 
Notice Type
Synopsis
 
NAICS
541330 — Engineering Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310
 
Solicitation Number
W91WAW-09-T-8000
 
Response Due
5/22/2009
 
Archive Date
7/21/2009
 
Point of Contact
Hillari Hawkins, 7034280411
 
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), on behalf of the Office of the Assistant Secretary of Defense for Networks and Information Integration (OASD/NII), requires core support services for DoD Position, Navigation and Timing (PNT) activities. Core support will consist of a broad range of programmatic and system engineering support, technical analyses, assessments and policy formulation support with respect to the development, acquisition, procurement, deployment/fielding, and operation of all DoD Global Positioning System (GPS), PNT and Navigation Warfare (Navwar) systems including national security, civil, commercial, and international cooperative aspects of PNT. CCE intends to procure services as a HubZone set-aside, 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 and knowledge in relation to the following key areas or tasks: support to the DoD and interagency oversight bodies (e.g. National Security Council, Office of Management and Budget, etc.); acquisition management and program oversight of DoD programs, especially space programs; support to system engineering oversight and coordination for the various DoD space programs and development activities; DoD space program security policy, requirements, and guidelines; development of policies and guidelines for foreign manufacturing, integration, and maintenance of military equipment; and planning and assessment of future space systems, new technologies, and acquisition strategies incorporating these new technologies. Only HUBZone small business concerns and small businesses are to submit capability packages. Interested HUBZone small business concerns and small businesses that are certified and qualified as a HUBZone small business concern or small business concern in NAICS code 541330 with a size standard of $27.0 million are encouraged to submit their capability packages. Capability packages must not exceed 10 pages in length (single-spaced, 12-point font) and must be submitted electronically. HUBZone small business concerns and small businesses must have direct knowledge and experience regarding roles and responsibilities, operating processes and relationships among the organizations of the Office of the Secretary of Defense, the Joint Staff, the Military Services and their subordinate agencies, Defense Agencies, Combatant Commands, and civilian Departments and Agencies of the Federal Government. Businesses shall possess or be eligible to receive and maintain a FOUO facility clearance from the Defense Security Service at the time of proposal submittal. Responses should include: (1) Business Name, Address, Point of Contact (POC) Information and Internet address; (2) Company Profile to include NAICS code, Business size, Type of business, Number of years in business, Cage Code, DUNS number and Affiliate information; (3) Top Secret Facility Clearance with Top Secret Storage information; (4) Information about contractor facilities and their capability of handling Special Access processing and storage and supporting classified meetings. If at least two responsible HUBZone small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted, the requirement will be solicited as a HUBZone small business concern set-aside. If capability packages are not received from at least two responsible HUBZone small business concerns by the response date or if the Government determines that no HUBZone small business concerns are capable of performing this requirement based upon an evaluation of the capability packages submitted, the next priority will be to small business concerns. If there are at least two responsible small businesses capable of performing this requirement based on an evaluation of the capability packages submitted, the requirement will be solicited as a 100% set-aside for small businesses. If capability packages are not received from at least two responsible small businesses by the response date or if the Government determines that no small business concerns 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. Capability packages are due by 12:00 PM, EST, 22 May 2009. To assist us in maintaining a list of interested HUBZone small business concerns and 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 to Hillari Hawkins, at hillari.hawkins@us.army.mil. A Labor-Hour contract is anticipated. The anticipated period of performance will be 1 December 2009 with four (4) one-year option periods. The place of performance will be both onsite and off-site at the contractor's location within the Washington, DC metro area. Contractor personnel will require a current Top Secret/ Sensitive Compartmented Information (SCI) clearance. A written Request for Proposal (RFP) will be posted on or about 8 June 2009. The RFP must be retrieved and downloaded from CCEs 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. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Hillari Hawkins, 703-412-8577, hillari.hawkins@us.army.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-T-8000/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) 200 Stovall St., 11th FL Alexandria VA
Zip Code: 22331
Country: US
 
Record
SN01813875-F 20090513/090511233021 (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.