Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2007 FBO #1887
SOURCES SOUGHT

R -- JCS J-6 GIG Services

Notice Date
1/24/2007
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-07-R-0014
 
Response Due
2/14/2007
 
Archive Date
4/15/2007
 
Small Business Set-Aside
N/A
 
Description
The U. S. Army Contracting Agency, Contracting Center of Excellence (CCE), on behalf of the Joint Chiefs of Staff, Director for Command, Control, Communications and Computer (C4) intends to procure Global Information Grid (GIG), Analysis, Assessment, Study, Planning, Software Development, and Engineering Services. This requirement is expected to be a Firm Fixed Price, Indefinite Delivery Indefinite Quantity (FFP/IDIQ) with a period of performance that includes a 12 month base period and four one yea r options. The Place of Performance will be Washington, DC. As reference, a draft Performance Work Statement (PWS) and evaluation criteria are located on the CCE website at http://dccw.hqda.pentagon.mil, click on services, open the RFPS link and select the document entitled, W91WAW-07-R-0014. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541519 with a size standard of $23M are encouraged to submit their capabilities package. The capability statem ent is not to exceed 20 pages. All responses must be submitted by email to the point of contact identified below; no other method of transmittal will be accepted. Respondents must answer the following questions in their capability statements to be conside red: 1) Do contractor personnel possess, at a minimum, a current Top Secret (TS) Clearance with the ability to obtain at the time of award a Top Secret (TS) Clearance with Sensitive Compartmented Information (SCI) eligibility based on a Single-Scope Ba ckground Investigation (SSBI) within the last five years, if needed or required? 2) What technical expertise and past performance experience does the contractor have concerning command, control, communications, and computers in the context of providing f unctional and technical expertise to integrate Unified Command, Military Service, and Defense Agency programs at the DoD COCOM (Combatant Commands), Service or Joint Staff level? This includes: experience in various DoD processes, to include system acqui sition, capabilities based planning/development, capability portfolio management, Planning Programming, Budgeting, and Execution System, Joint Capabilites Integration Development System, etc. 3) What technical expertise and past performance experience do es the Contractor have concerning command, control, communications, and computers (C4)? Specifically, has the contractor provided subject matter expertise and/or analysis of C4 support to the warfighters for joint logistics operations? For questions 2 and 3 include 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. 4) What expertise and e xperience does the contractor have involving subject matter expertise in the area of DoD and/or Joint Staff Information Technology portfolio and Net-Centric Operations policy, implementation, and operational effectiveness? Capabilities packages must be submitted by February 9, 2007 to the contact point identified below. If at least two responsible small business concerns are determined by the government to be capable of performing this requirement based on an evaluation of the statements, the requiremen t will be solicited as a 100% set aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the government determines that no small businesses are capable of performing this requirement based on an evaluation of the capabilities packages submitted, this requirement will be solicited under full and open competition procedures. To assist us in maintaining a list of interested small business offerors for this po tential procurement, please provide your company name, a point of contact, address, phone number and business size under the above NAICS code, to the POC for th is requirement. All data received in response to 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. All responses must be submi tted by email to the point of contact identified below; no other method of transmittal will be accepted. Files exceeding 2.0 MB should be submitted as .pdf or password protected zip files. RFI questions are to be submitted by 1:00 PM EST, February 2, 20 07. Contractors submitting a capability statement must do so by email NLT February 14, 2007 at 2:00 PM EST to Ms. Leona C. Cousar, Contract Specialist, leona.cousar@hqda.army.mil. A written Request for Proposal (RFP) will be posted on or about February 27 , 2007, for download on the CCE Homepage at: http://hqda.pentagon.mil/services, reference W91WAW-07-R-0014. All responsible sources may submit a proposal (s), which will be considered, however no offers or capability statements from large businesses are being requested at this time. No paper copies of the solicitation will be issued. All amendments to the solicitation will likewise be posted to this website. Contractors are cautioned to check this website for amendments. No solicitation mailing list w ill be complied. The contractor is responsible for all costs of producing their proposal. Points of Contact are: Ms. Leona C. Cousar  leona.cousar@hqda.army.mil, Contract Specialist, and Mr. Edwin Little  edwin.little@hqda.army.mil, Contract Specialis t, or Mr. Roland Thomas  roland.thomas@hqda.army.mil, Contracting Officer.
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01218376-W 20070126/070124221233 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.