Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
SOURCES SOUGHT

R -- MARKET RESEARCH AND BUSINESS DEVELOPMENT

Notice Date
6/8/2009
 
Notice Type
Sources Sought
 
NAICS
541613 — Marketing Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, White Sands Missle Range, ACA, White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-09-MARKETRESEARCH
 
Response Due
6/15/2009
 
Archive Date
8/14/2009
 
Point of Contact
Mari Beckler, (505) 678-1158<br />
 
E-Mail Address
ACA, White Sands Missile Range
(mari.beckler@us.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This is a sources sought announcement only and is not an intent to procure. A solicitation is not available at this time and any requests for a solicitation will not receive a response. The White Sands Missile Range Contracting Office is conducting market research to determine the capability of a HubZone Small Business Small Businesses in regards to the contractors ability in performing market research and analysis related to the White Sands Missile Range (WSMR) strategic plan and overall mission to include providing information on WSMR capabilities to potential customers and identifying opportunities for action by the WSMR Business Development Office (BDO). The contractor will research, synopsize, and provide the BDO information on policies pertinent to WSMR. Task areas and deliverables are defined in the sections below. Market Research a. The contractor shall perform market research employing standard industry techniques including but not limited to searching business directories, interviews, and internet searches on technologies and services as identified or approved by the BDO. Required market research will include research, analysis, and development of execution and management plans. Marketing, coordination and business development efforts shall concentrate in the Washington, D.C. area including Under Secretary of Defense/Assistant Secretary of Defense, Director Operational Test & Evaluation, Missile Defense Agency, Joint Forces Command, Strategic Missile Defense Command, Defense Advanced Research Projects Agency, Department of Homeland Security, Foreign Military Sales, and the Department of the Army. Market research shall include analysis of the Program Objective Memorandum (POM), budgets, and tracking of programs. b. Image Development and Management Plan. Image development will be based on perception research interviews and recommendations developed by the contractor and shall be a continuous effort in improving and sustaining a positive perception. The perception data acquired will be utilized to develop an action plan for defining and improving the WSMR image as perceived by the DoD acquisition and test communities, private industry, and foreign governments. c. Test Lead Development. The contractor will identify business opportunities, customer leads, and market needs. Market research for current and future capabilities will be a key service under this task. Areas of research and leads will be as directed by the BDO or recommended by the contractor and approved by the BDO. Business Development a. The contractor shall identify potential test and training programs and generate proposals concentrating on using WSMR capabilities with the intent of increasing or developing test and training business at WSMR. b. The contractor shall develop recommendations for WSMR business practices and procedures including development of metrics and tracking methodologies for incorporation into the WSMR business plan. Each potential source shall give a brief description of their ability to satisfy the requirements identified above. This description should include a demonstration that the source: has a satisfactory record of integrity and business ethics; has the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them; Each potential source is also requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractors ability to successfully satisfy the requirements identified above. Firms shall also provide point of contact information where available for the efforts cited above. All responses to this sources sought are limited to two pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, small business size status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to mari.beckler@us.armuy.mil no later than 5:00pm MDT on Monday, 15 June 2009. Acknowledgement of receipt will not be made. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFPs, which may be released via the FEDBIZOPS portal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK39/W9124Q-09-MARKETRESEARCH/listing.html)
 
Place of Performance
Address: Mission and Installation Contracting Command, White Sands Missile Range Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street White Sands Missile Range NM<br />
Zip Code: 88002-5201<br />
 
Record
SN01838816-W 20090610/090608235044-3d2b02afdca6478db037143848b9cf22 (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.