Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2009 FBO #2777
MODIFICATION

D -- On Line Intelligence Contigency Fund (ICF) Certification, Training and Education Program For Office of the Deputy Chief of Staff (ODCS) G-2

Notice Date
7/2/2009
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related 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-0101
 
Response Due
7/7/2009
 
Archive Date
9/5/2009
 
Point of Contact
Faatalivale Teo-Lewis, 703-428-0410<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(vale.teolewis@conus.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
THIS NOTICE IS PROVIDED FOR INFORMATION PURPOSES ONLY. THIS OPPORTUNITY IS AVAILABLE ONLY TO CONTRACTORS UNDER W91WAW-09-R-0101. This sources sought announcement 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 sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of Office of The Deputy Chief of Staff (ODCS) G-2, intends to procure On-Line Intelligence Contingency Fund (ICF) Certification Training and Education Program using a HUB Zone certified small business set-aside, small business set-aside, or under full and open procedures. If at least two responsible HUBZone certified 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 July 07, 2009 at 10:00 am est., the requirement will be solicited as a 100% set-aside for HUBZone certified small business concerns. If two or more HUBZone certified small businesses are not found capable, this 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. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a HUBZone, or small business concern in NAICS code 541519 with a size standard of $25.0 Mil are encouraged to submit their capability packages. 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. Capability packages must not exceed 24 pages and must be submitted electronically. Small businesses are to outline their experiences in the following (1) Provide an on-line Intelligence Contingency Fund (ICF) certification, training and education program as defined in Performance Work Statement (PWS). Areas or tasks where a contractor does not have prior experience should be annotated as such. 1.) Do you have the capability (people, resources, equipment, facilities, technical expertise etc) to create a state of the art Intelligence Contingency Funds (ICF) Web-Based Training program using video, simulations, real-life scenario based training? If so could you provide examples of your work from other organizations in the past? The next two questions deal with classified/secret clearances: 2.) Do you currently (right now) have the local( DC/Maryland/Virginia)facilities to secure/safeguard classified information at all times as well as understand the rules and regulations for governing the use and storage (all mediums) and protection of classified information. 3.) Do you currently have on staff personnel who have TS-SCI clearances? This will be required to handle classified information and to provide the support needed to adequately complete this project. 4.)To ensure all contents are validated, tested and functional specifications are met. Can you provide ODCS, G-2 Representative access during this phase for oversight and inspection? In additional, the following question must be answered and elaborated on as park of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of low to mid six figures per month?; (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 contracts, 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 in the PWS? 4) Does your company have experience working web base on-line certification training and education program, in particular with military law and operations?; (5) How does your company plan to minimize the following (please be specific): (a) Administrative burden on the government (such as monthly invoicing)?; (b) The amount of employee turnover?; (c) The amount of position vacancy time when turnover does occur? 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, and business size under the above NAICS code to the POC for this procurement Ms Vale Teo-Lewis, A time and materials type of contract is anticipated. The anticipated period of performance will be for one (1) year. The place of performance is stated on PWS. The purpose of the source sought is for market research purposes only, all vendors interesting in this requirement, please submit your capability package in accordance with instruction in this source sought announcement. Government will not be responding to question at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-R-0101/listing.html)
 
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
SN01865082-W 20090704/090703001920-c964942f2dbeb8fb95940ace747c1b86 (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.