Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2010 FBO #3060
SOURCES SOUGHT

R -- Force Management Service Support (FMSS)

Notice Date
4/9/2010
 
Notice Type
Sources Sought
 
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-0010
 
Response Due
4/19/2010
 
Archive Date
6/18/2010
 
Point of Contact
Regina Daniels, 703-428-0665
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(regina.daniels@us.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 Capital Region Contracting Center (NCRCC) at Hoffman II, on behalf of the U.S. Army G3/5/7, Force Management Directorate (FMD), intends to procure Force Management Service Support (FMSS) for Department of Defense (DoD) agencies and organizations. The Contractor shall provide and augment the FM mission through analysis, assessments, reviews, studies, integration, decision-making, and execution of the spectrum of activities encompassing requirements definition, force development, force integration, force structuring, combat developments, material development, training developments, resourcing, and the functions within the Life Cycle Model (LCM) using 100% small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. All capability packages are due at 3:00 PM Eastern Standard Time (EST) on 19 April 2010, NO EXCEPTIONS. If at least two qualified small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for qualified small business concerns. If two or more qualified small business concerns are not found capable, this 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. Interested small business concerns in NAICS code 541611 with a size standard of $7.0M 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. Capability packages must not exceed 15 pages and must be submitted electronically. All contractor questions must be submitted no later than at 3:00 PM Eastern Standard Time (EST) on 19 April 2010. The following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow from the 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? (4) Explain your companys previous involvement with hierarchial force structure development in the Global Force Management Data Initiative (GFM DI) format and how youve incorporated this into your recruiting strategy.; (5) Explain how you would recruit people with the requisite background in Army force structure development, combat development, and Force Management skill sets such as Table of Organization & Equipment (TOE) development and documentation, institutional Army analysis and Manpower Assessments; (6) Explain your companys background and experience in working with Force Structure data systems such as the Structure and Manpower Accounting System (SAMAS), Structure and Composition System (SACS) and Force Management System (FMS); and (7) Explain your companys background and experience in working with the following Army Force Management processes: Total Army Analysis (TAA), Command Plan (CPLAN), Basis of Issue Plan (BOIP) development, Force Design Update (FDU), Force Feasibility Review (FFR), and Table of Distribution of Allowances (TDA) via the concept plan process. 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 MAJ Regina Daniels at (703) 428-0665 or regina.daniels@us.army.mil or Mr. Rodney C. Cameron at (703) 428-0919 or email: rodney.c.cameron@conus.army.mil for this procurement. A Firm-Fixed Price contract is anticipated. The anticipated period of performance will be a Base Period of six (6) months plus two (2) 12 month Option Year periods. The place of performance will be worldwide. Contractor personnel will require a current secret clearance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0ae7af5a0413cb9d343b4f60ff2b825b)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: MAJ Regina Daniels Alexandria VA
Zip Code: 22331
 
Record
SN02117576-W 20100411/100409234558-0ae7af5a0413cb9d343b4f60ff2b825b (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.