Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

R -- Operating and Support Management Information System (OSMIS)

Notice Date
2/19/2010
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-10-R-0063
 
Response Due
3/5/2010
 
Archive Date
5/4/2010
 
Point of Contact
Nathia Casey, 703-428-0398
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(caseynl@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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, National Capitol Region Contracting Center (NCRCC) at Hoffman II, on behalf of the Office of the Deputy Assistant Secretary of the Army (Cost & Economics (ODASA-CE)) intends to procure technical support services in the concentrated areas of cost and economic analysis of major weapon system programs and associated acquisition/financial management policies and procedures of the Department of Defense (DoD). This effort supports DASA-CE to meet unmet operational needs in the area of Future Technology Systems, Financial Management and Operations, and General Lot for cost and economic acquisition/financial management policies and procedures of the Department of Defense (DoD), using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 9:00 AM Eastern Standard Time on 1 March 2010, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages by 1 March 2010 at 9:00 AM Eastern Standard Time. NO EXCEPTIONS. Interested small business concerns in NAICS code 541611 with a size standard of $7.0 Million are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 10 pages in length and must be submitted electronically. Packages over 10 pages will not be evaluated. Responsible Small business concerns are to outline their experiences in the following key areas OR tasks: (1) Operations and Support (O&S) costing; (2) Army transformation using the Lean Six Sigma (LSS) process; (3) LSS as Continuous Process Improvement (CPI) approach. (4) Development of a standard taxonomy and conducting a Generating Forces census by populating and maintaining a repeatable Generating Force census database. Areas or tasks where a contractor does not have prior experience should be annotated as such. The following questions must be answered and elaborated on as part of the package: (1) Does your Company currently have the capability to provide a mainframe computer system? Please explain. (2) Briefly discuss your current Non-classified Internet Protocol Router (NIPRNET) connection specifications and accreditations? Please elaborate on the following, (a) Do you have Authority to Connect (ATC)?, (b) When does it expire?, (c) What is your Mission Assurance Category (MAC)? (3) Does your team include experienced COmmon Business Oriented Languague (COBOL) programmers? Please explain. (4) Discuss your working knowledge and experience with developing and analyzing cost data for the Planning Programming Budgeting and Execution (PPBE Budget) process? (5) Explain your overall knowledge of the Department of the Armys or equivalent military department organizational structure and its impact on data collection? To assist us in maintaining a list of interested small business concerns 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. Nathia Casey. An Indefinite Delivery/ Indefinite Quantity contract with Firm Fixed Price Task Orders is anticipated. The anticipated period of performance will be a base period of twelve months and two (2) twelve month option years and reads as follows: Base Year: 3 May 2010 to 2 May 2011, Option Year I: 3 May 2011 to 2 May 2012, Option Year II: 3 May 2012 to 2 May 2013. The place of performance will be at the government and contractor facilitites. The Contractor shall possess and be eligible to receive and maintain a SECRET facility clearance from the Defense Security Service. Contractor personnel will require a current SECRET clearance. A written Request for Proposal (RFP) will be posted on or about 15 March 2010. The RFP must be retrieved and downloaded from the Governments point of entry on FedBizOpps.Gov at www.fbo.gov. 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 Nathia L. Casey, at 703-428-0398 or CaseyNL@conus.army.mil or Mr. Geoffrey Gill at 703-428-0214 or GillGR@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ecb83ab2dec1d5b6e9546d796f5e24d3)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11th Floor Alexandria VA
Zip Code: 22332-0001
 
Record
SN02069552-W 20100221/100219235041-ecb83ab2dec1d5b6e9546d796f5e24d3 (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.