Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2005 FBO #1201
SOURCES SOUGHT

R -- Missile Defense Agency (MDA) Contracts Deputate (CT) Advisory & Assistance Scientific, Engineering, and Technical Assistance Services Support

Notice Date
3/9/2005
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA Deputy for Contracting (MDA/CT), 7100 Defense Pentagon, Washington, DC, 20301-7100
 
ZIP Code
20301-7100
 
Solicitation Number
Reference-Number-HQ0006-05-003
 
Response Due
3/24/2005
 
Archive Date
9/15/2005
 
Description
The Missile Defense Agency (MDA) is seeking potential sources for advisory and assistance, scientific, engineering, and technical assistance (A&A SETA) services to augment selected functional staff elements of the MDA Contracts Deputate (CT). This will be a follow-on contract to MDA BPA HQ0006-01-A-0021 with CACI Dynamic Systems, Inc., which expires July 31, 2005. Twenty to forty man-year equivalences (MYE) will be required, dependent on the FY2006 budget. The contractor will be required to supply technical and administrative staff to perform tasks within the broad framework of the Statement Of Objectives (SOO) while working in close coordination and cooperation with the Government MDA staff and other support contractors. Services to be provided include, but are not limited to: (1) developing and advising on contracting policy (e.g. acquisition strategy for support service contracts & major weapon systems); (2) ensuring compliance with government contracting regulations; (3) processing waivers to government procurement directives; (4) assisting in negotiating and awarding contracts (e.g. cost & price analysis experience, pre and post negotiation documentation writing capability); (5) assessing contractor performance (e.g. funds & hour expenditures, drafting terms & conditions); (6) fulfilling contract administration functions; (7) issuing contract modifications; and (8) closing out completed contracts. The contractor must also have proficiency with (1) the Standard Procurement System (both as an administrator and in operational use); (2) Wide Area WorkFlow; and (3) Electronic Document Access. MDA intends to utilize its Basic Support Services Program (BSSP) General Services Administration (GSA) ordering procedures to acquire the services described in this notice (information on the MDA BSSP may be found at http://www.acq.osd.mil/mda/barbb/setaserv.htm). The North American Industrial Classification System (NAICS) for this requirement is NAICS 541611, Administrative Management and General Management Consulting Services with a size standard of $6,000,000. This requirement is unrestricted; however, MDA may limit the sources solicited to only small businesses if a sufficient number of qualified small business sources respond. Small business respondents shall confirm that their size status is (1) small as of this FedBizOpps notice date, (2) small on their applicable GSA FSS contract and (3) small under the NAICS code size standard. All three of these confirmations must be affirmative. Only interested GSA schedule holders judged best qualified to compete for the work (BSSP short-list) will be sent a Request for Quotations (RFQ) package on or about May 2, 2005 with offers due on or about June 1, 2005. (This schedule may slip 1 to 2 months due to budget considerations.) The resultant order will consist of a single Firm-Fixed Price contract line item (CLIN) for all of the tasks outlined above and in accordance with the SOO, along with a Time & Materials CLIN for Special Studies/Technical Task Orders. The term of the order with options is anticipated to be at least four (4) years. The majority of effort will be performed on site at MDA Headquarter sites in the National Capital Region (Arlington and Fairfax, VA) and requires a SECRET clearance. The Government will make a single award based on the best overall value to MDA. Interested business firms are invited to submit to the contracting office as early as possible, but not later than March 24, 2005, a three (3) page Capability Statement summarizing the corporate strengths in relation to the following criteria: 1) personnel qualifications and relevant experience related to this requirement; 2) Specific, related corporate prime contractor past/current DoD experience related to this requirement; and 3) Management approach in managing on-site staff, retention/replacement, authority, responsibilities, quality control and ability to meet MYE surges. If planning to subcontract identify the firm(s) and their size status. Segregate this information on the Capability Statement by firm. Also, please specify by name one primary and one alternate Point of Contact within your firm, including the respective telephone numbers and email addresses of those individuals. All information must be contained within the three-page capability statement limit. Responses must be provided electronically to Mr. Marc Lesser, marc.lesser@mda.mil AND Ms. Veronica Key, veronica.key@mda.mil. The subject line for all electronic correspondence shall start with HQ0006-05-003. NOTE: The MDA Server will delete all ZIP type files; so only attach MS WORD/Excel compatible files or PDF files in electronic correspondence. Acceptable sources must be able to provide 75% of personnel with SECRET clearances at task order start (approximately 15 days after award, currently planned for June 15, 2005). For those parties that are not placed on the short-list for receipt of the RFQ package (in accordance with Agency BSSP procedures), please indicate in your email whether-or-not you wish your firms name to be supplied to those firms receiving RFQ packages as potential sources for subcontracting opportunities. A draft Statement of Objectives and Draft Request For Quotation may be found at the Federal Technical Data Solutions (FedTeDS) website, https://www.fedteds.gov, using the reference number HQ0006-05-003. Businesses must register with the FedTeDS site in order to access this information. Once the short-list is determined and the final RFQ released, only firms on the short-list will have access to the FedTeDS HQ0006-05-003 site.
 
Place of Performance
Address: 7100 Defense Pentagon, Washington, DC
Zip Code: 20301-7100
Country: USA
 
Record
SN00765841-W 20050311/050309212523 (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.