Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
MODIFICATION

R -- Army Force Development (FD) G-8

Notice Date
6/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-13-R-0053
 
Response Due
6/24/2013
 
Archive Date
8/4/2013
 
Point of Contact
Erin K. Weber, 410-306-2790
 
E-Mail Address
ACC-APG - Aberdeen Division D
(erin.k.weber.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command, Aberdeen Proving Ground (ACC-APG) intends to issue a Request for Proposals (RFP) for technical, analytical, financial and reporting services for The Army Force Development (FD) G-8. This will be a Cost type contract. This acquisition will be solicited under NAICS 541611 (Administrative Management and General Management Consulting Services) with a Small Business size standard of $14 million. REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; no award will be made as a result of this request. This request for information (RFI) is for information purposes only. All interested parties are encouraged to respond to this RFI. The Government will not pay for information and materials received in response to this posting and is no way obligated by the information received. This is NOT A REQUEST FOR PROPOSAL. Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the qualifications and capabilities to satisfy one or more of the performance objectives described in the attached draft Performance Work Statement (PWS) (located under additional information, additional documentation). The following information should be provided and questions should be answered within the white paper response. Responses should be limited to a maximum of ten pages in either pdf or Microsoft Word format. Responses should be submitted to Erin Weber at erin.k.weber.civ@mail.mil RESPONDENT INFORMATION: Business Name: CAGE Code: Point of Contact: Size Status(es) under this RFI's identified size standard (SB, 8a, SDVOSB, etc.) RFI QUESTIONS: 1. If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this RFI. 2. Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting. 3. Upon any eventual release of a Request for Proposals, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor? 4. 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 through 5.6) 5. What experience does the contractor have with the Department of Defense's Planning, Programming, Budgeting, and Execution (PPBE) system? (PWS areas: 5.1 through 5.6) 6. 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 quote mark Joint Capabilities Integration and Development System (JCIDS) quote mark ? (PWS areas: 5.1 through 5.6) 7. 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 quote mark Operation of the Defense Acquisition System quote mark ? (PWS areas 5.1 through 5.6) 8. 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 25 plus personnel located in various support locations? (PWS area: 5.7) Areas or tasks where a contractor does not have prior experience should be annotated as such.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc3b3e00c0dbc9d7da351c379c420232)
 
Place of Performance
Address: Office of the Deputy Chief of Staff for Programs, Force Development Directorate 700 Army Pentagon Washington DC
Zip Code: 20310
 
Record
SN03081015-W 20130607/130606001931-dc3b3e00c0dbc9d7da351c379c420232 (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.