Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2011 FBO #3674
MODIFICATION

10 -- Sources Sought - ARFORGEN Synchronization Tool (AST).

Notice Date
12/14/2011
 
Notice Type
Modification/Amendment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124712R0002
 
Archive Date
12/13/2012
 
Point of Contact
Virginia Roberts, (910) 394-5686
 
E-Mail Address
MICC Center - Fort Bragg
(virginia.a.roberts@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: W91247-12-R-0002 Notice Type: Sources Sought - This request for information purposes only. Synopsis: This is a SOURCES SOUGHT NOTICE FOR MARKET RESEARCH PURPOSES ONLY to determine the availability of potential small business firms for a possible small business category type set-aside. No Solicitation is available at this time; therefore, DO NOT request a copy of a solicitation. Potential offerors having the skills, experience, professional qualifications, security classifications, and capabilities necessary to perform the described requirement are invited to provide feedback via e-mail. Particularly, the purpose of this notice is to gain knowledge of potential small business sources in the following categories: Certified 8(a), Certified HUBZone, Service-Disabled Veteran-Owned Small Business (SDVOSB), and Women Owned Small Business (WOSB). The capabilities will be evaluated solely for the purpose of determining if the small business community can perform the services of this requirement. The North American Industry Classification System (NAICS) Code is NAICS code 541512 for "Computer System Design Services", with a size standard of $25 million. The Mission Contracting Office Fort Bragg (MCO-FB) is seeking sources interested in providing support services for this acquisition requirement is to support the United States Forces Command (FORSCOM) ARFORGEN Synchronization Tool (AST). The Contractor will provide for the sustainment and enhancement of the AST in support of the ARFORGEN process which synchronizes people, equipment, training, resources, and unit formations over time to satisfy the requirements for Army forces. The ARFORGEN process focuses on the entire modular operating force from brigades to detachment echelons, and includes both conventional and special operating forces. Please refer to the attached draft Performance Work Statement and AST information brief for additional information. All interested parties are invited to provide the following information for your company and provide examples of past experience and professional qualifications for contracts/task orders/projects from the Federal, State, and Local agencies that are similar in scope. The Capability statements shall not exceed ten (10) pages and must include the following: 1) Company name and Point of Contact information (address, telephone, e-mail, web-site, etc.); 2) DUNS number, CAGE code, dollar amount of the company's annual receipts, and state the size of your company in terms of personnel; 3) Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc WOSB) 4) Familiarity and knowledge of ARFORGEN Synchronization Tool (AST). 5) Training and Professional qualifications (e.g. education, experience, professional registrations) of the company's key personnel and staff proposed for this effort; 6) A description of specialized recent experience and technical competence of the company or its particular staff members in Federal, State, and local requirements; 7) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules (include contract and/or task order number); 8) Capability to deliver on-schedule, high quality work products and deliverables; and 9) Security classifications for company's staff. Responses are due no later than 1200 hours, 28 December 2011, and shall be electronically submitted to jasmin.webb@us.army.mil and virginia.a.roberts@us.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Contracting Office Address: Mission Contracting Office-Fort Bragg ATTN: Enterprise Division (Ms. Jasmin A. Webb) 2175 Reilly Road, Stop A Fort Bragg, North Carolina 28310-5000 Place of Performance: Sustainment and enhancement work will normally be performed in Contractor facilities in conjunction with limited on-site support at the FORSCOM Headquarters facility. Significant travel is required. Point of Contact(s): Primary Point of Contact: Jasmin A. Webb, Contract Specialist jasmin.webb@us.army.mil jasmin.webb.civ@mail.mil Phone: 910-394-6256 Fax: 910-394-5687 Secondary Point of Contact: Virginia Roberts, Contracting Officer virginia.a.roberts@us.army.mil virginia.a.roberts.civ@mail.mil Phone: 910-394-5686 Fax: 910-394-5687
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3bd7087b9e6341f0163ac29a1e4cf26b)
 
Record
SN02638777-W 20111216/111214233946-3bd7087b9e6341f0163ac29a1e4cf26b (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.