Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2004 FBO #0982
SOLICITATION NOTICE

R -- Joint Chiefs of Staff, J-8 Program and Budget Analysis Division (PBAD) Analytical Support

Notice Date
8/2/2004
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-T-0149
 
Response Due
8/13/2004
 
Archive Date
10/12/2004
 
Point of Contact
Edwin Little, 703-692-6084
 
E-Mail Address
Email your questions to Defense Contracting Command-Washington(DCC-W)
(edwin.little@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation. This requirement is a 100% set-aside for small business under NAICS 541611. The solicitation document and incorporated provision s and clauses are those in effect through Federal Acquisition Circular 2001-24 effective 19 July 2004. It is the intent of the Government to procure the services described below on a Firm Fixed Price basis with no associated travel or ODCs anticipated. T he primary place of performance is The Pentagon; however, other Government facilities in the National Capitol Region may be used. Item 0001 base period of performance is 9/15/2004 through 9/14/2005; with items 0002 and 0003 being one-year options. The co ntractor shall provide on-site technical and subject matter expertise to conduct and support program and budget analysis in support of JCS/J8/Program and Budget Analysis Division (PBAD) operations. Technical support must be capable of handling the myriad r ange of DoD Planning, Programming, Budgeting and Execution (PPBE) issues typically presented to the JS on a yearly basis. Key features of this analysis support include: Congressional budget tracking, program and budget review support, maintaining weekly status updates on major divisional issues, and sustaining currency of Joint Program Analysis Tool (JPATS) and Comptroller Information System (CIS) Viewer analysis tools. Contractor shall be knowledgeable on the program and budget databases used by the De partment to track and develop the annual Defense Budget. The contractor shall provide maintenance on the JPATS and CIS Viewer analysis tools, and ensure government personnel are trained to use/access required databases. Because PBAD is the key organizatio n within the JS and J-8 on PPBE matters, the contractor may be required to provide information to other JS directorates in support of PPBE issues. Tasks to be performed are as follows: Task 1-Contractor shall develop JPAT and CIS Viewer updates; 1.1 D atabase updates are required at the conclusion of each budget cycle of the PPBE process. As program and budget updates are provided by OSD, ensure JPAT and CIS Viewer database tools are developed, delivered, installed, maintained and tested to accommodat e these input changes; 1.2. Database Application Conflict Resolution - correct any conflicts and/or problems with application software within five (5) working days; 1.3 -Initial/ recurrent Training Requirements; conduct initial and recurrent training, and ensure database tools are properly functioning to support annual program and budget review. {For planning purposes - 5 individuals per year for initial training, and 14 per year for recurrent training}; 1.4 - Update User's Guide - update and provid e one (1) hard or soft copy User's Guide for JPATs/CIS Viewer database tools. Task 2 - Congressional Testimony and Hearing Preparations - 2.1 develop, organize and collate pertinent Joint Staff papers on major force structure and resource issues; 2.2 - Congressional Authorizations/Appropriations Summaries - shall collate and organize key authorization and appropriations summary reports, highlighting key issues pertinent to force structure, program and budget issues impacting the J-8 mission. Task 3 Res ource Reporting on Force Structure, Programs, and Budget; 3.1 provide resource/budget analysis reports on key force structure, programs, and budget issues. These analysis reports shall take many forms: daily briefings support to CJCS, OSD, CoCOMs, Services , and Defense Agencies; staff packages, background papers, and possibly in-depth research of critical issues using all available open and gov't provided source materials; 3.2 Weekly Staff Updates - organize, collate and maintain weekly Gov't action officers inputs for presentation to senior Joint Staff meetings. A Top Secret clearance is required. The government will provide all necessary materials and faciliti es required for classified processing in the performance of this task. Contractor employees performing services shall be required to comply with all JS and Pentagon installation rules and regulations applicable to conduct, safety, security, and procedures governing site entry and exit. Contractor personnel shall be required to safeguard data files and output products in accordance with appropriate security data files and output products in accordance with appropriate security measures for classification of data being handled within the JCS and within the Pentagon. Privacy Act Information shall also be safeguarded in accordance with existing regulations. Contractor employees may be granted access to source selection or proprietary data. All contractor employe es granted such access shall be procurement officials within the meaning of the Procurement Integrity Act. All contractor employees granted such access be required to complete Non-Disclosure Statements, Conflicts of Interest Statements, Procurement Integri ty Certification, and other certifications as deemed appropriate by the Contracting Officer as a condition of employment. Failure to complete such certifications shall exclude such employees from working under this task, and may be considered as a breach o f the terms of this task, subjecting the contractor to termination for cause. Deliverables are as follows: 1. Authorizations/ Appropriations Summaries - Provide top-level summaries for DJ-8 review of major force structure, program and/or budget issues - 15 Days after associated Hearings; 2. Update and Install JPAT, CIS Viewer - Update and install JPAT and CIS Viewer update NLT 60 days after delivery of OSD database updates. Ensure system is accurately reporting key budget resource information - 60 Day s after OSD database delivery; 3. Initial/Recurrent Training of Personnel - Provide required initial/recurrent training of gov't personnel within 30 days of being notified by the contracting officer's technical representative - 30 Days after tasking; 4. Update User's Guide - An updated user's guide shall be developed and delivered to the gov't within 90 days of any major JPAT and/or CIS Viewer change. User Guide should support gov't usage of both database systems by J-8/PBAD personnel - 90 Days after task ing; 5. Support Weekly Staff Updates - Organize, collate and maintain PBAD action officers inputs for senior staff review. Involves updating weekly staff briefing charts on critical issues being tracked by PBAD organization Weekly; and 6. Short and Long Term Research Projects - There are many short notice taskings which require long term resourcing research, in order to support the formulation of DJ-8, CJCS, and/or OSD policy changes. A knowledgeable, resident, on-site budget analyst supporting these shor t notice taskings provides the foundation for good analytical support to DJ-8 staff. Projects are short-term taskings that generally require 2-3 weeks of open and gov't source material review Monthly. Provision at 52.212-1, Instructions to Offerors -- Com mercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with your offer. The provisions at 52.212-4, Contract Terms and Condition s -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Providing personnel with a minimum Top Secret clearance is a GO/NO-GO evaluation criteria. Evaluation factors in descending order of importance are: 1) EXPERIENCE - BREATH AND DEPTH - Contractor must de monstrate knowledge of Joint Force structure, policies, programs, and the DoD Planning, Programming, Budgeting and Execution (PPBE) System, and the associated OSD resource database. Also, the contractor should have knowledge of resident Joint Staff quick look analysis tools - Joint Program Analysis Tool (JPAT) or Comptroller Information System (CIS) Viewer. However, contract award will not be solely contingent upon an in-depth knowledge if acceptable information resource alternatives are provided. Addit ionally, the capability to provide support on a wide-range of in-house resource issues related to the DoD budget, manpower, force structure, capabilities, and overall department processes and Congressional activities will be reviewed. ; 2) PAST PERFORMAN CE; and 3) TECHNICAL APPROACH - Contractors must demonstrate how they intend to oversee/manage taskings to ensure top quality deliverables and execute all taskings within the specified requirements. This is a Best Value procurement; the government rese rves the right to award to the other than the low offeror submitting a technically superior quote. Offerors are encouraged to propose their best solution for this requirement. Historically, the requirement has been performed with approximately one mid/se nior level person. However, this data is not binding, nor intended to guide the vendor towards a desired acceptable solution to meet the requirement. The Technical/Management proposal is limited to 15 pages excluding the cover page, table of contents, an d resumes. The pricing volume shall include base, option, and total pricing for the effort along with supporting rationale, as required (no page limit). Request all files be submitted in .PDF or M.S. Word/Excel (password protected) format. Submit your r esponse NLT 10:00 AM, 13 August 2004 via email to the Contract Negotiator identified below.
 
Place of Performance
Address: The Joint Staff; J8 PABD Pentagon, Room 1E963 Washington DC
Zip Code: 20318-8000
Country: US
 
Record
SN00634962-W 20040804/040802212223 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.