Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
MODIFICATION

R -- Six Sigma and Lean

Notice Date
7/2/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division E, 6001 COMBAT DRIVE, Aberdeen Proving Ground, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W56JSR15R0020
 
Response Due
7/10/2015
 
Archive Date
8/31/2015
 
Point of Contact
Roberto Zepeda, 443-861-5101
 
E-Mail Address
ACC-APG - Aberdeen Division E
(roberto.e.zepeda@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
Description
This is a Request for Information (RFI) only. The Department of Army's Communications Electronics Command (CECOM) Logistics and Readiness Center (LRC) of the Command Control Communications and Computers Intelligence Surveillance Reconnaissance (C4ISR) has a requirement for Business Process Re-Engineering Initiatives in analyzing and developing effective and efficient Life-Cycle Management processes, procedures and sustainment strategies in support of its mission. The purpose of this Request for Information (RFI)/Sources Sought is to identify potential sources to fulfill this requirement. This support includes the development and incorporation of new, revised or improved business practices, processes, procedures, products, and strategies using government and or commercial available techniques. Use of Six Sigma and Lean techniques can be used to assist in our purpose. The contractor shall work on-site at Aberdeen Proving Ground, Maryland and at selected off-site locations as required. This procurement shall be a Historically Underutilized Business Zone (HUBZone) certified small business concern. The assigned North American Industry Classification System (NAICS) Code for this requirement is 541330, Engineering Services with the applicable Small Business Size Standard of $15 million. This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this RFI; all costs associated with responding to this RFI will be solely at the interested parties' expense. Please send all questions and capability packets to the contract specialist via e-mail correspondence to roberto.e.zepeda.mil@mail.mil Questions shall not contain classified information. No telephone questions will be accepted. Questions will not be accepted within 7 days of the closure date July 10, 2015. The Government does not guarantee that questions received will be answered. All information, changes, questions, and answers concerning this RFI will be electronically posted on this website. It is the sole responsibility of the respondents to continually view this website for any changes made to this RFI. Respondents shall ensure submissions are tailored to this requirement and information requested below. Capability packages shall not exceed the ten (10) page limit and shall be submitted in PDF or MS Word Format. All responses and interested contractor information shall be submitted no later than 5:00pm EST on July 10, 2015 Please send all questions, requested information below as well as capability packets to the contract specialist via e-mail correspondence to roberto.e.zepeda.mil@mail.mil In order to achieve a thorough understanding of your firm's capabilities, please provide the information listed below: 1. Each interested contractor shall provide the following Point of Contact (POC) information with their response: Company Name: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: Provide the following information for your Small Business Point of Contact for your organization: Name: Address: Phone Number: Email Address: 2. Identify your company's Small Business Size Standard in accordance with Federal Acquisition Regulation (FAR) Part 19 Small Business Programs found at (http://farsite.hill.af.mil/vffara.htm) to include any other socio-economic categories which you are qualified for Small Disadvantaged Business (SDB), 8(a), Small Disadvantage Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women Owned Small Business (EDWOSB), and HUBZone based on the assigned NAICS Code of 541330, Engineering Services. The Small Business Size Standard for this NAICS code is $15 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. 3. Is your company an active Certified HUBZone participant? 4. Is your company interested in a prime contractor for the attached Draft Performance Work Statement (DPWS)? 5. If your company intends to propose as a prime contractor and is awarded a contract, how will you comply with the Limitation on Subcontracting in accordance with FAR 52.219-14 (Limitations of Subcontracting)? 6. What percentage of this requirement do you plan to perform in-house (not sub-contract out)? 7. Can your company go without a payment for 90 days? 8. Does your company possess the capabilities to provide the services called for in the attached DPWS? Provide specific capabilities and relevance examples for how your company can provide these services. 9. Is your company anticipating any business arrangements with other companies to satisfy requirements of the DPWS? If so, identify the anticipated subcontract effort. 10. Is your company currently providing similar services to another Government agency (you may also include Contract Number(s) for Government) or other Non-Government customer? If so, please identify the agency or Non-Government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 11. What are the core competencies of your employees that will support the requirements of the DPWS? 12. If the contemplated Contract is awarded on a Cost-Plus-Fixed-Fee basis, does your firm possess an adequate Defense Contract Audit Agency (DCAA) accounting system? 13. Please provide positive or negative feedback regarding the Description of Requirements, such as recommended changes, noted exceptions, ambiguities, etc. 14. Please explain your concept to provide a short transition from the incumbent contractor to minimalize the impact on the Government? This includes your concept to hire quality candidates/keep current on board employees in a timely manner. Technical Evaluation Criteria The following will be evaluated by the Government for all responses: a) Contractors' Capability Statement(s) b) Contractors' Experience and Qualification c) Contractors' Understanding of the Requirement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c091e635acc0c2b2132b24c46eb63897)
 
Place of Performance
Address: ACC-APG - Aberdeen Division E 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03784793-W 20150704/150702235029-c091e635acc0c2b2132b24c46eb63897 (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.