Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOURCES SOUGHT

R -- Competitive Sourcing Program Support - Draft Performance Work Statement

Notice Date
3/30/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
CompSource03302010
 
Archive Date
4/22/2010
 
Point of Contact
Omari A. Fennell, Phone: 703-696-2475
 
E-Mail Address
omari.fennell.ctr@whs.mil
(omari.fennell.ctr@whs.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Performance Work Statement for Combined Competitive Sourcing Program Technical Support for the Office of the Deputy Under Secretary of Defense (DUSD), Installations and Environment (I&E) THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. 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 Washington Headquarters Services, Acquisition and Procurement Office, on behalf of the Office of the Deputy Under Secretary of Defense (DUSD), Installations and Environment (I&E) intends to procure technical support services to support the Competitive Sourcing Program. This PWS requires the contractor to have technical experience and detailed knowledge of the Inherently Governmental/Commercial Activities (IGCA) Inventory, COMPARE, and DCAMIS and any related DoD and OMB policies and statutes related to the Circular. The contractor shall provide support in the analyses of all issues associated with the Circular and any related DoD policies and statutes. The COMPARE task will commence during the base year and the IGCA Inventory and DCAMIS tasks will commence at Option Year 1. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the company’s existing experience in relation to the areas specified in the attached PWS. Additional information for this potential requirement, including a draft Performance Work Statement (PWS), is attached. The purpose of this notice is to identify potential Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns to submit a brief capability statement, delineating a business approach for meeting requirements in the draft Performance Work Statement (PWS). Capability Statements will only be accepted from qualified Service-Disabled Veteran-Owned Small Businesses with the NAICS Code 541611 and size standard of $7.0 million. Capability statements should be concise, shall not exceed ten pages and must be submitted electronically to the below-mentioned POC for this procurement. In response to the sources sought, interested vendors are requested to respond to the following items stated below in ten pages or less. Companies submitting more than ten pages will not be evaluated. Capability statements should be responsive to all information items requested herein to allow for an accurate business assessment. Standard brochures and paraphrasing of the PWS will not be considered a sufficient response to this notice. Capability statements must address technical competencies, and management/personnel experience relative to: (1) the key task areas in the draft PWS; and the (2) overall business demands of the proposed acquisition for the best mix of cost, performance, and schedules. In addition, capability statements should address the concern’s capacity to manage the anticipated volume of work under this requirement. Finally, general financial and organizational information should be provided with regard to the following items; (1) average number of employees of the concern; (2) a description of other current business commitments (i.e., contracts, etc.). To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your company’s name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement to WHS/A&PO Senior Contracting Specialist, Omari A. Fennell, at Omari.fennell.ctr@whs.mil. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements; and no telephone calls and/or requests for a solicitation will be accepted or acknowledged. Contractors are responsible for all costs when submitting a capability package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/CompSource03302010/listing.html)
 
Place of Performance
Address: N/A, Rosslyn, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02106771-W 20100401/100330235251-1d46a5a68ca7af1880bc8274bfe771ed (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.