Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2012 FBO #3749
MODIFICATION

D -- MOD Sources Sougth Notice For Chief Technology Officer Support

Notice Date
2/27/2012
 
Notice Type
Modification/Amendment
 
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
W91QUZ-12-R-0021
 
Response Due
3/5/2012
 
Archive Date
5/4/2012
 
Point of Contact
Haydee Soto-Carreras, 703-325-2818
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(haydee.sotocarreras@conus.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This Modification was Executed Only to Up-load the Capabilities Questions and Statement of Objectives in PDF Format. ------------------------------------------------------------------------------------- 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 will not be awarded as a result of this sources sought announcement. The US Army Contracting Command, National Capital Region (ACC-NCR) at Hoffman II, on behalf of US Army Information Technology Agency (USAITA), intends to procure Chief Technology Officer Support (CTO) (all activities necessary to provide a variety of services including program and project management, technology planning and forecasting, policy and process development, management of enterprise laboratory activities, and development of enterprise architecture artifacts as stated in Statement of Objectives (SOO)) using small business set-aside procedures in accordance with FAR Part 19 or under ITES-2SSB ID/IQ 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 12:00PM (EST), 5 March 2012, 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 ITES-2S ID/IQ competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541611 with a size standard of 7.M 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 Statement of Objectives (SOO). Capability packages must not exceed ten (10) pages and must be submitted electronically. No questions will be accepted. All responses to 6 capabilities questions are limited to 1 page per each questions (excluding the cover page), using a Microsoft word format (i.e., 1 inch margins, Times New Roman 12 font). The responses should specifically describe the contractor's ability to meet the requirements outlined in the SOO. Please include company's name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID and business size. Marketing Brochures will not be accepted and is not considered adequate information as a response to this Sources Sought. All small businesses to include Small Disadvantaged, HUBZone, Women-Owned and Service Disabled are strongly encouraged to submit their responses. Small business concerns are to outline their experiences based on the following (See attached SOO). Areas or tasks where a contractor does not have prior experience should be annotated as such. The anticipate period of performance will be One (1) base year, and Two (2) one-year options periods each. The location of the position for this task order is classified as follows: Taylor Building located at 2530 Crystal Drive, Arlington, VA 22202. The Solution Provider's site must have security classification. All amendments will be posted and must be retrieved from this website. "Responses to the Sources Sought 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 Ms. Haydee Soto-Carreras, at haydee.l.soto-carreras.civ@mail.mil and Mr. Grant Njoku, at grant.i.njoku.civ@mail.mil. ------------------------------------ Capabilities Questions and Statement of Objectives PDF attachments are located under Additional Information: Click the Additional documentation link.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/703c5924fab82672c9f7d9f8ea8ad270)
 
Place of Performance
Address: Chief Technology Officer Support (CTO) 2530 Crystal Drive Arlington VA
Zip Code: 22202
 
Record
SN02684230-W 20120229/120227235404-703c5924fab82672c9f7d9f8ea8ad270 (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.