Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOURCES SOUGHT

R -- Quarterly Congressional Report (QCR) for the Special Inspector General for Iraq Construction (SIGIR)

Notice Date
8/30/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting 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-0081
 
Response Due
9/17/2007
 
Archive Date
11/16/2007
 
Small Business Set-Aside
N/A
 
Description
This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contra cting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of The Special Inspector General for Iraq Reconstruction (SIGIR), intends to procure all personnel, equipment, tools, materials, supervision, and other items and non-personal s ervices necessary to perform data collection, analysis, design, formation and project management support to ensure publication of the quarterly report to be distributed to Congress every quarter as a small business set-aside or under full and open procedur es. Only small businesses are to submit capability packages. Please limit the length of packages to ten (10) pages. Packages over 10 pages will not be evaluated. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541611 with a size standard of $6.5 million are encouraged to submit their capability packages outlining their experience in the following key areas or tasks: (1) Provide research, data analysis, and writing support for the SIGIR Quarterly Repor t(QR) to Congress effort. This includes working with SIGIR mission areas (Audit, Investigations, and Inspections) and focus areas (Congressional Affairs and Public Affairs) to identify and summarize SIGIRs work completed during each reporting period; (2) Provide desktop publishing design and production services supporting the creation of the SIGIR QR; (3) Provide project management support to ensure the quality and delivery of the various products, and to ensure goals, objectives, and deadlines are met. The following areas must be covered in the capability packages: 1. Extensive experience in providing data management support that requires developing and managing a database of funds. 2. In-Depth experience in preparing Congressional Testimony and ques tions for the Record from Congress. 3. Duration and size/scale of past performance in editing, and proof reading, along with design and layouts for a quarterly Congressional Report. 4. Experience in providing information analysis support in relation t o reconstruction effort. Draft PWS is provided at the CCE Homepage at http://dccw.hqda.pentagon.mil/services/Services.htm. If at least two responsible small business concerns are determined by the Government to be capable of performing this requiremen t based on an evaluation of the capability packages submitted by 31 July 07 at 4:00PM EST, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small busin ess concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open proce dures. No other synopsis will be posted for this requirement. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement, June Olmsted. A Labor Hour contract is anticipated. The period of performance is a base period of twelve months and four (4) option years starting 1 November 2007. The place of performanc e will be at 2011 Crystal Drive, Arlington, VA. Contractor personnel will require a current Secret clearance. A written Request for Proposal (RFP) will be posted on or about 13 August 2007. The RFP must be retrieved and downloaded from CCEs homepage. click on RFPS; select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be r etrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is June Olm sted, Contracting Officer, at (703) 693-0345 or june.olmsted@hqda.army.mil.
 
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
SN01390888-W 20070901/070830222138 (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.