Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOURCES SOUGHT

D -- Sources Sought for Theory of Constraints (TOC) critical chain multi-project management software and support services.

Notice Date
3/10/2011
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
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-11-R-0057
 
Response Due
3/23/2011
 
Archive Date
5/22/2011
 
Point of Contact
Shannon N Welch, 703-428-0816
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(shannon.n.welch@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 Army Contracting Command - National Capital Region (ACC-NCR) at Hoffman II, on behalf of the Naval Air Systems Command (NAVAIR) 6.8 Corporate Business Office and Department of Defense (DoD), intends to procure Concerto software solution currently being utilized by and support services for six DoD activities (approximately 1900 employees) that serve 27 aircraft/ vehicle lines. This software is a Commercial, Off-The-Shelf (COTS), Theory of Constraints (TOC) critical chain multi-project management (CCPM) software solution. The services under this contract will include software installation, training, implementation, integration, and maintenance. 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 12:00 PM EST, 23 March 2011, 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 511210 with a size standard of $25.0 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 company's existing experience in relation to the areas specified in the draft Performance Work Statement (PWS). Capability packages must not exceed 10 pages and must be submitted electronically. All contractor questions must be submitted (via email to Shannon.n.welch@us.army.mil) no later than 4:00 PM EST, 14 March 2011. Small business concerns are to outline their experiences. Areas or tasks where a contractor does not have prior experience should be annotated as such. Please see the following questions: a.What experience does your company have with providing a project/ resource scheduling management software application to a large DoD activity? (Draft PWS 5.1, 5.2 and 5.4) b.What experience does your company have with critical chain project management tools and specifically with a Theory of Constraints software product? (Draft PWS 5.1) c.What is your company's capability to provide short-notice on-and off-site consultation support for enterprise-level implementations in a DoD environment, if required? (Draft PWS 5.2 and 5.4) In addition, the following questions must be answered and elaborated on as part of the package: (d) 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 contacts, and a brief description of the work performed.) (e) Corporate Experience - Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work described in the draft PWS? To assist us in maintaining a list of interested small business concerns 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 Ms. Shannon Welch for this procurement. A single Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Fixed Price contract line items (CLINs) for services and Cost Reimbursable/ Other Direct Cost CLINs for Travel is anticipated. The anticipated period of performance will be for one (1) base year and four (4) option years. The place of performance will be at designated DoD depot site(s) identified in each task order issued under the contract (e.g. Air Force Air Logistics Centers (ALCs), Marine Corps Logistics Bases (MCLBs), Naval Fleet Readiness Centers (FRCs)). A confidential facility clearance will be required in performance of this contract. A written Request for Proposal (RFP) will be posted on or about 15 April 2011. The RFP must be retrieved and downloaded from the Federal Business Opportunities internet site (https://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 POCs identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. The POCs for this requirement are Ms. Shannon Welch (Contract Specialist) at shannon.n.welch@us.army.mil and Ms. Hillari Hawkins(Contract Specialist) at hillari.hawkins@us.army.mil. Telephone inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9a475828f19fe9a56030afdad33cca53)
 
Place of Performance
Address: Army Contracting Commang - National Capitol Region (ACC-NCR) ATTN: Shannon Welch/Hillari Hawkins, 200 Stovall Street, 11th Floor Alexandria DC
Zip Code: 22331-1700
 
Record
SN02397917-W 20110312/110310234517-9a475828f19fe9a56030afdad33cca53 (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.