Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
MODIFICATION

R -- Empire Challenge 2011

Notice Date
11/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
Request_for_Information
 
Archive Date
11/25/2010
 
Point of Contact
Kimberly Dávila, , Allison Richards,
 
E-Mail Address
kimberly.davila@dia.mil, allison.richardson@dia.mil
(kimberly.davila@dia.mil, allison.richardson@dia.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to answer questions: QUESETION: I am working to submit on the Empire Challenge capability with new software for CI/HUMINT. I do not possess a facility clearance. Is it still possible for me to submit or should I partner with someone else? RESPONSE: You may respond at the onset but further on you will likely need to partner with someone. QUESTION: There is some question as to the type response and/or responses required of a contractor to be able to gain an invitation to participate in EC2011. IN your recent announcement, there are two paragraphs that address response formats; however, it appears there may be confusion or conflict regarding the expectation for submissions to respond to each of them. Specifically, paragraph 10. A. says: 10. Submission Format and Due Date a. Each proposed capability will submit a two-page white paper and a PowerPoint quad chart. The white paper (Arial, 12pt, 1" margins) must: 1) Describe capability functionality. 2) Identify specific support to JCTs and Objectives (paragraph 2 above). 3) Provide answers to capability requirements (paragraph 6 above). 4) Identify requirements for networks and communications, asset and personnel support. 5) Provide contact information for program and technical POCs. b. The quad chart must include a summary of white paper content (upper left); identification of JCT and Objectives support (lower left); a capability OV1 with information data flow (upper right); and, a description of capability maturity, funding status and support requirements (lower right). while paragraph 12 says: 12. Responses Interested vendors shall email a capability statement in response to the requested information above prior to 10:00am Wednesday, 10 November 2010. Submissions shall be limited to 25 one-sided pages and should be Office 2007 compatible. All submissions must be sent via email and will be printed in black and white, with one inch margin on the top, bottom, left and right in a 12 point font, single line spacing. Each footer shall be 10 point font or larger and must contain the Offeror's name and page number as well as total pages (Offeror X, Page 1 of 5, etc.). Colored graphs and intricate drawings are discouraged. Submissions will not be returned. Responses should include, but are not limited, to the following: (1) Offeror's full company name and mailing address. (2) Point of contact's name, email address and telephone number. (3) Socio-economic status under the NAICS 541690 (e.g., small business, etc.). (4) Offeror's CAGE to verify the Offeror's facility clearance as well as the CAGE of any possible subcontractor. (5) Explanation of contractor's DOD cleared personnel. (6) Experience, preferably within the past three years as a prime contractor, as it relates to this anticipated requirement. Include: name of project, brief description of project, contract type, client (agency/company name), dollar value, and period of performance. This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This Is Not a Request for Proposals. The Government will not award a Purchase order or Contract based upon vendor responses to this announcement. The Government shall not assume any costs for preparing or submitting any information in response to the market survey or the Government's use of the information. Any proprietary information should be clearly identified as "proprietary information". Respondents will not be notified of the results of this evaluation. Should we respond to one or both of these guidelines? RESPONSE: Please follow paragraph #10 information. **NOTE: Submission date remains unchanged as no later than 10:00am Wednesday, 10 November 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/Request_for_Information/listing.html)
 
Place of Performance
Address: Ft Huachuca, Arizona, United States
 
Record
SN02325365-W 20101111/101109234543-32d8a54f934620d37f49d39511678b37 (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.