Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2010 FBO #3158
SOURCES SOUGHT

R -- Provide Information Technology(IT) Governance Support

Notice Date
7/16/2010
 
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-0071
 
Response Due
7/26/2010
 
Archive Date
9/24/2010
 
Point of Contact
Gil Pinckney, 703.428.1073
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(gil.pinckney@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 Office of the Assistant Chief of Staff for Installation Management(OACSIM), intends to procure functional assistance, technical assistance and programming support 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 3:00 PM/EST, 26 July 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. Interested small business concerns in NAICS code 541611 with a size standard of $7M 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 20 pages and must be submitted electronically. All contractor questions must be submitted no later than 3 PM/EST, 20 July 2010. Small business concerns are to outline their experiences in the following: 1. What is your experience with identifying target audiences, planning and implementing effective communication strategies? Paragraphs 1.3 Objectives, 1.4 Scope, 5.1 Project Management Plans and Reports, 5.2 Analytical, Technical, Administrative and Support Services 2. What level of experience will your project manager have and what is your experience in providing Governance framework support? Paragraphs 1.3 Objectives, 1.4 Scope, 1.6.11 Key Personnel, 5.1 Project Management Plans and Reports, 5.2 Analytical, Technical, Administrative and Support Services 3. When implementing policies, what is your strategic approach in getting ahead of the roadblocks? Paragraphs 1.3 Objectives, 1.4 Scope, 5.2 Analytical, Technical, Administrative and Support Services 4. How do you use value delivery management tools to deliver and implement a governance framework and/or governance processes? Paragraphs 1.3 Objectives, 1.4 Scope, 5.2 Analytical, Technical, Administrative and Support Services, 5.3 Webmaster, Collaboration and Content Management Support, 5.4 Governance Boards and Forums Support, 5.5 Performance Management Support 5. Describe your company's IT governance processes and how it was developed to better define IT governance and how your framework supports the development of best practices to effect today's IT and business managers. Paragraphs 1.3 Objectives, 1.4 Scope, 5.1 Project Management Plans and Reports, 5.2 Analytical, Technical, Administrative and Support Services, 5.4 Governance Boards and Forums Support, 5.5 Performance Management Support 6. What performance measurement and management system do you utilize to measure success of your IT governance processes and the IT/business alignment process. Paragraphs 1.3 Objectives, 1.4 Scope, 5.5 Performance Management Support 7. Describe tools used to design and aid in the implementation of new IT governance processes and the correction of problems with existing IT governance implementations. Paragraphs 1.3 Objectives, 1.4 Scope, Paragraphs 5.2 Analytical, Technical, Administrative and Support Services, 5.3 Webmaster, Collaboration and Content Management Support, 5.4 Governance Boards and Forums Support, 5.5 Performance Management Support Areas or tasks where a contractor does not have prior experience should be annotated as such. 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 Gil Pinckney, CACI Support Contractor, for this procurement. A firm-fixed price contract is anticipated. The anticipated period of performance will be twelve(12) months. The place of performance will be primarily at contractor facilities, the Pentagon and Rosslyn Government offices. Contractor personnel will require a current SECRET clearance. Based upon the capability statements received, a written Request for Proposal (RFP) may or may not be posted on or about 6 August 2010. The RFP must be retrieved and downloaded from the Army Single Face to Industry(ASFI) website: https://acquisition.army.mil/asfi/. 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 Gil Pinckney, CACI Support Contractor, email: Gil.Pinckney@us.army.mil or Phyllis M. Banks-West, email: Phyllis.M.BanksWest@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9b8e231ea1c19d77fe776b738b3256f3)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN02208175-W 20100718/100716234718-9b8e231ea1c19d77fe776b738b3256f3 (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.