Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2012 FBO #3813
SOURCES SOUGHT

R -- The purpose of this Market Research is to identify potential Small Business firms that have the skills, experience, knowledge, and capabilities necessary to support the US Army G-4 Integrated Logistics Information Warehouse (LIW)

Notice Date
5/1/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY-12-R-C032
 
Response Due
5/10/2012
 
Archive Date
7/9/2012
 
Point of Contact
Ray Jones, (703) 704-0822
 
E-Mail Address
ACC-APG - Washington
(raymond.a.jones46.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MARKET RESEARCH The Army Contracting Command-Aberdeen Proving Ground (ACC-APG)-Belvoir Division (ACC-APG-Belvoir) is conducting market research on behalf of the CECOM LRC, Enterprise Soldier Aviation Directorate EIS-ILS Division, Information Systems Support Branch, in accordance with Federal Acquisition Regulation (FAR) Part 10. The purpose of this Market Research is to identify potential Small Business firms that have the skills, experience, knowledge, and capabilities necessary to support the US Army G-4 Integrated Logistics Information Warehouse (LIW) requirements for research, technical and analytical support for Army Munitions, Property Accountability, Major End Items, and Secondary Items Divisions within the Supply Directorate, the Integrated Logistics Support and National Maintenance Divisions within the Maintenance Directorate, and the Operations and Logistics Readiness Directorate. Please note the following: 1. Large businesses need not respond, nor will a response submitted be considered. 2. Foreign participation is excluded. The small business responding to this sources sought notice must provide their Statement of Capabilities addressing the following: 1. Demonstrate the skills, experience, knowledge, and capabilities necessary to perform the research, technical and analytical support services for the requirements specified within the Draft Performance Work Statement (PWS) attached to this announcement. Statements should address the specific requirements of the PWS and identify the small business' specific skills, experience, knowledge, and capabilities to complete these requirements, including, but not limited to a description of corporate experience with similar projects and information on applicable industry certifications at the individual and organizational level as well as describing investments in quality/process improvement activities. 2. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Email Address: 3. Please identify your company's small business size standard based on the North American Industrial Classification System (NAICS) code of 541990. The Small Business Size Standard for these NAICS codes is $14 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 4. After reviewing these potential requirements and the above NAICS codes, if you feel a different NAICS code is more identifiable to this effort, please indicate the suggested code along with your rationale. 5. Under the current SB recertification regulations, do you anticipate your company remaining a small business under the stated NAICS? 6. As a Small Business within any of the SB subcategories as stipulated above, is your company interested in a prime contract for these potential requirements? 7. If you were to plan to be the prime contractor please inform us how you will meet the limitations on subcontracting Clause 52.219-14. 8. As a small business, can you go without a payment for 90 days? 9. Does your company have experience as a prime contractor administering Contracts? If you answered yes, please provide as much of the following information as possible; Contract number(s); Dollar value; and similarity of scope and effort. 10. Does your company possess the capabilities to provide the entire range of services called for by these requirements? If not, please list what services in these requirements your company can provide? 11. The Government understands that teaming is an integral part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house. 12. Has your Company performed this type of effort or similar type effort (to include size and complexity), currently or in the past? If so provide as much of the following information as possible; Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 13. What are the core competencies of your employees that would support these requirements? Also, please provide the total number of individuals currently employed by or available to your company that is capable of supporting these requirements. 14. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? Other than the Draft Performance Work Statement attached to this sources sought notice, no further documentation will be provided. The Government requests that interested small business offerors submit an electronic response of not more than twenty-five (25) pages, 8.5" x 11" paper, 12-pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responses should include the company name, CAGE code, point of contact, and address. Any information submitted by respondents to this sources sought notice is totally voluntary and at no cost to the Government. This information will help the Government form its acquisition strategy. All information received in response to this Sources Sought Synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. No solicitation exists; therefore, do not request a copy of a solicitation. Responses are due no later than 4:00 PM EST (local time at Fort Belvoir, VA) on 10 May 2012. Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Send responses electronically to: Victor Patrick Moss, Contract Specialist, email: victor.p.moss.civ@mail.mil Raymond Jones, Contracting Officer, email: raymond.a.jones46.civ@mail.mil Contracting Office: Army Contracting Command, APG- Belvoir Division 10205 Burbeck Road, Bldg 362 Fort Belvoir VA 22060-5811 Point of Contact: Victor Patrick Moss, Contract Specialist Email: victor.p.moss.civ@mail.mil Comm.: 703-704-0828
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5cbcb0349a7bbb9f8bc5ec24763eb323)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02736558-W 20120503/120502000955-5cbcb0349a7bbb9f8bc5ec24763eb323 (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.