Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOURCES SOUGHT

R -- Business and Analytical Support

Notice Date
7/22/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-09-R-BUSSPRT
 
Response Due
8/3/2009
 
Archive Date
10/2/2009
 
Point of Contact
alvesr, (508) 233-5922<br />
 
E-Mail Address
RDECOM Acquisition Center - Natick
(richard.alves@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Sources Sought Notice for Business & Analytical Support This is not a Presolicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; and HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, and Service Disabled Veteran Owned Business status relative to NAICS Code 541990, with a small business size standard not to exceed 500 employees. Other than responses to this RFI, no other responses or inquiries will be accepted. Questions regarding the scope work of work or acquisition strategy will not be accepted at this time. In order to protect the integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Responses to this notice shall also include company name, address and point of contact, and must also indicate the following: 1.Size of business pursuant to NAICS Code 541990 2.Does your business qualify as a small disadvantaged business? 3.If disadvantaged, specify if your firm is certified under Section 8(a) of the Small Business Act? 4.Is your business a certified HUBZone firm? 5.Is your business a woman-owned or operated business? 6.Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7.Is your business a large business? 8.Does your business have experience in Nuclear/Chemical/Biological Defense contracting? If so, please cite. Please provide a capability statement addressing your organizations ability to perform as a prime contractor for the work described in the draft PWS (below). Responses are requested no later than close of business (4:30PM EST) 3 August 2009. An electronic response in MS Word or Adobe PDF format is the accepted method. DRAFT PERFORMANCE WORK STATEMENT 1.0 Scope. The scope of this effort is to provide on-going business, analytical, technical, and programmatic support to Joint Program Executive Officer for Chemical-Biological Defense (JPEO-CBD), Joint Project Manager, Individual Protection (JPM IP). Objectives of this effort include instituting complementary business processes aligned with strategic technical objectives, providing Subject Matter Expertise (SME) logistics (e.g. supply chain planning), cost engineering for key programs, business case development supporting procurement planning, and expert risk and investment analysis. Additional effort will focus on supporting the Joint Integrated Data Environment (IDE) with on-site user support (e.g., 200 user base) and application customization. 1.1 Background. JPM IP is responsible for research, development and acquisition of all individual chemical-biological protective equipment for Joint Combatant Commands (COCOM) and their service components, through the JPEO CBD to include life cycle management. There is significant emphasis on Joint program requirements oversight and coordination associated with all program efforts under this office. 2.0 General Requirements. The Respondent shall provide a capability statement regarding the ability to provide continuous support for NBCDS programs as generally aligned with the percentage effort and specific requirements stipulated below: ActivityAnticipated Percentage Strategic Business & Operations Support50% Specialty Engineering & Logistics Support40% Management & Administration10% The scope of work associated with each of these task activities will vary by program precedent and volume throughout the performance period, although not substantially. The Respondent should demonstrate capability for providing suitable technical, analytical and acquisition expertise to support ongoing responsibilities delineated by activity, as well as variances in the scope of activities. 2.1 Specific Requirements. 2.1.1. Strategic Business & Operations Support. The Strategic Business Team (SBT) and Operations Cells are responsible for supporting constituent programs with expert technical and business advisory services, course of action decision analyses, and overarching subject matter expertise in critical functional areas that affect a broad cross-section of programs. Within this framework exist requirements for implementation of strategic business initiatives (e.g., balanced scorecard, performance metrics, investment analysis), as well as general support for business operations (analysis, market surveillance, business case development), and expert procurement planning based upon strategic planning objectives. The Contractor is responsible for supporting these activities with expert business analysis supporting course of action selection, program optimization modeling, and procurement planning recommendations based upon Chemical and Biological Defense Program objectives. Critical facets of support include instituting process mechanics for Joint oversight compliance (e.g., programmatic, financial), POM development, general budget and financial administration, and SME representation on matters of business and investment associated with program milestones. 2.1.2 Specialty Engineering & Logistics Support. The Strategic Business Team (SBT) and Operations Cells are responsible for establishing a technical support framework to provide expert cost engineering (e.g., industrial engineering, quality assessments) for critical Joint oversight programs, integrating a formal supply chain management process that ensures program life cycle (e.g., planning through retirement) requirements are adequately considered in prime vendor products, and executing a viable science and technology management effort (e.g., SBIRs, advanced research project investment, etc.) on behalf of the program office. The Contractor is responsible for supporting this effort with expert cost engineering and analysis of Chemical and Biological Defense Programs, ensuring that Joint requirements and impacts are adequately considered at all phases of development. Logistics efforts must consider the current roles and responsibilities of Service Supply Support Activities, as well as evolving supply chain concepts (e.g., industry best practices, value-chain economics) that will optimize support for planned capabilities. 2.1.3 Management and Administration. JPM IP is responsible for establishing a cohesive management organization and support framework to execute management of business and technical program initiatives, ensure quality oversight of prime vendor performance (e.g., progress, investment, monthly status reports), and coordinating actions among IPTs and other participating activities. Supporting actions include development of task order work packages; WBS management; management of project schedules and deliverables; office and administrative support; and coordination of Contractor resources to execute defined objectives. The Contractor is responsible for supporting an effective business/technical management program by ensuring the quality of technical products supports scheduled milestones, providing effective staffing and resource utilization coincident with program objectives, and managing resources to accommodate priorities of work. Contracting Office Address: US Army RDECOM CC Natick Contracting Division Attn: CCRD-NA-SY Building 1, Kansas Street Natick MA 01760-5011 Place of Performance: JPM IP 50 Tech Parkway Suite 301 Stafford, VA 22554
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD16/W911QY-09-R-BUSSPRT/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01884306-W 20090724/090723000353-dd8f25d8234de851a813664480ef473c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.