Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2005 FBO #1365
SOURCES SOUGHT

R -- JCS J-7 Joint Experimentation Transformation and Concepts Division (JETCD) Analytical Support

Notice Date
8/20/2005
 
Notice Type
Sources Sought
 
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-05-T-0296
 
Response Due
8/26/2005
 
Archive Date
10/25/2005
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT - This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought solicitation. The Defense Contracting Command-Wa shington (DCC-W) is soliciting information from potential sources and seeking qualified small business sources on behalf of the Joint Chiefs of Staff, Joint Staff J-7, to assist the Joint Staff J-7 Joint Experimentation Transformation and Concept Division . Draft Statement of Objectives (SOO) and evaluation criteria are located on the DCC-W website at http://dccw.hqda .pentagon.mil, click on services, then Sources Sought and open the document entitled, W74V8H-05-T-0296. The North American Industry Classific ation System (NAICS) Code is 541611 and the small business size standards $6 Million. Respondents are requested to submit a Capability Statement that clearly addresses your corporate capabilities. The capability statement is not to exceed 10 pages must pr ovide a summary of relevant experience and knowledge that addressees the entire scope of the SOO and demonstrates ability to meet the draft evaluation criteria. The statement must include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontract, brief description of services, Contracting Officer's Representative (COR) name, COR email, and COR telephone. Request corporate informa tion, specify the company name and address, corporate contact points, CAGE code and attach a copy of your current CCR data. Also, advise the Government of pending changes in small business status. The capability statements will be evaluated to determine if at least 2 small businesses are capable of performing the PWS; however, respondents will not be notified of the results. The anticipated period of performance for this requirement is one year with four one year options. All data received in response t o this Sources Sought solicitation that is marked, as corporate proprietary will be fully protected from release outside the Government. Please do not submit classified material. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought solicitation. No reimbursement will be made for any cost associated with providing information in response to this solicitation. All responses must be submitted by email to the point of contact identified below; no other method of transmittal will be accepted. Large files should be submitted as .pdf or password protected zip files. This is a new requirement. Respondents submitting a capability statement must do so by email NLT 5:00 PM August 26, 2005.
 
Place of Performance
Address: Joint Staff J-7 JETCD 7000 Joint Staff Pentagon Washington DC
Zip Code: 20318-7000
Country: US
 
Record
SN00875635-W 20050822/050820211834 (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.