Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2011 FBO #3617
SOURCES SOUGHT

R -- Sources Sought Announcement for Army G-8 Force Development (FD)

Notice Date
10/18/2011
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
 
ZIP Code
22331-1700
 
Solicitation Number
W91WAW-12-R-0002
 
Response Due
10/28/2011
 
Archive Date
12/27/2011
 
Point of Contact
Sandy Stamps, 703-428-0071
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(sandy.stamps@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Announcement for information and planning purposes only. It is not to be construed as a commitment by the Government. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB) and does not serve to bind the U.S. Government in any way. Interested parties shall not be reimbursed for costs associated with preparation of their responses. Army Contracting Command National Capital Region (ACC-NCR), on behalf of Office of the Deputy Chief of Staff for Programs (G-8), intends to procure technical, analytical, and financial services 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 10:00 AM/EST, 28 October 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 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 company's existing experience in relation to the areas specified in the Performance Work Statement (PWS). Teaming is strongly encouraged. Capability packages must not exceed 20 pages and must be submitted electronically. All contractor questions pertaining to the PWS or other parts of this requirement must be submitted no later than 10:00 AM/EST, 26 October 2011. Security Clearance: Contractor personnel will require a current SECRET or TOP SECRET clearance at time of proposal submission. The highest security classification of work to be performed under this execution plan is TOP SECRET/Sensitive Compartmented Information (TS/SCI). Those requiring TS/SCI are specified in PWS paragraphs 5.2.2.2.1, 5.2.2.4.1, 5.2.2.4.2, and 5.2.2.5. NO "INTERIM" SECURITY CLEARANCES WILL BE ACCEPTED, NOR WILL G-8 FD ASSIST WITH OBTAINING CLEARANCES. Facility Clearance: The contractor shall possess and maintain a TOP SECRET facility clearance from the Defense Security Service at proposal submission. (PWS area 4.2) Small business concerns are to outline their experiences in the following: (1)What experience does the contractor have with the organization, mission, and staff processes and procedures used in Headquarters, Department of the Army? (PWS areas: 5.1 thru 5.7) (2)What experience does the contractor have with the Department of Defense's Planning, Programming, Budgeting, and Execution (PPBE) system? (PWS areas: 5.1 thru 5.7) (3)What experience does the contractor have with the development, review, validation and approval of materiel requirements, especially within the context of Chairman, Joint Chief of Staff Instruction (CJCSI) 3170.01 "Joint Capabilities Integration and Development System (JCIDS)"? (PWS areas: 5.1 thru 5.7) (4)What experience does the contractor have in translating capability needs and approved requirements into affordable acquisition programs as described in the Department of Defense Instruction (DoDI) 5000.2 "Operation of the Defense Acquisition System"? (PWS areas 5.1 thru 5.7) (5)What experience does the contractor have, consistent with statutory requirements, in providing program management functions such as recruiting, retaining, training and supervising a diverse group of 36 plus personnel located in various support locations? (PWS area: 5.8) 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 company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Sandy Stamps for this procurement. A Time and Material (T&M) contract is anticipated. The anticipated period of performance will be one (1) Base Year of 12 months and two (2) 12-month option years. The place of performance will be at Government facilities located within the National Capital Region (NCR). A written Request for Proposal (RFP) will be posted on or about 10 November 2011. The RFP must be retrieved and downloaded from FedBizOps. Select the desired RFP and click on the "Process" button. 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 Sandy Stamps, email: sandy.stamps@us.army.mil or Ms Carol A Estes, email: Carol.Estes@conus.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/750b159f5e8fe7bf3d55e7804be12db0)
 
Place of Performance
Address: Army Contracting Command National Capital Region (ACC-NCR) 200 Stovall Street, 11TH Floor Alexandria VA
Zip Code: 22331-1700
 
Record
SN02608709-W 20111020/111018233745-750b159f5e8fe7bf3d55e7804be12db0 (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.