Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2007 FBO #2190
SOLICITATION NOTICE

R -- JCS Special Access Program Support

Notice Date
11/23/2007
 
Notice Type
Solicitation Notice
 
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-08-R-0015
 
Response Due
12/4/2007
 
Archive Date
2/2/2008
 
Point of Contact
Edwin Little, 703-692-6084
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(edwin.little@hqda.army.mil)
 
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 Joint Chiefs of Staff (JCS), Special Access Programs (SAP) requires technical and operational support to the JCS SAPCO, J8, and J3. All assigned contractor personnel shall p ossess a current TOP SECRET (TS) Clearance with Sensitive Compartmented Information (SCI) eligibility based on a Single Scope Background Investigation (SSBI) within the last five years. Personnel security clearances must be verifiable from the Defense Sec urity Service (DSS). The company shall possess a TOP SECRET/SCI Facility Clearance (FCL). Failure to meet the security requirements renders the offerors proposal non-responsive and therefore ineligible for award. Only small businesses are to submit capa bility packages. 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 (shall not exceed 15 pages) outlining th eir experience in the tasks listed in the Performance Work Statement (PWS). A draft PWS for support to the JCS Special Access Program is located on the CCE website at: http://cce.hqda.pentagon.mil click on Business Opportunities, then RFPS; select W9 1WAW-08-R-0015. Respondents must answer the following questions in their capability statements to be considered: 1. Can you provide personnel with current Top Secret clearances with SCI eligibility based on an SSBI completed within the last 5 years and ha ve extensive experience in a SAP environment? 2. Do you have the modeling and simulation expertise to take an analysis performed using campaign simulation (e.g., STORM) at the collateral level, translate and modify it to the SCI/SAP level, then rerun it, and provide analytic insights to the government?; 3. Can you provide employees whos experience in security, SAP, Alternate and Compensatory Control Measures (ACCM), and Special Technical Operations (STO) will allow them to inculcate and interpret DOD, CJCS, and Service Instructions/Directives in order to provide credible recommendations to Joint Staff Directorates and Combatant Command (COCOM) action officers on security, SAP, ACCM, and STO issues?; and 4. Can you provide employees trained and experien ced in the use and implementation of DOD and CJCS SAP and STO Automated Information Systems (AIS)? When documenting experiences, include the contract number, the description of the work, and contact information for the technical POC. If at least two res ponsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 2:00 PM EST, 4 December 2007, the requirement will be solicited as a 100% set-asid e 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 upo n an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. Respondents will not be notified of the results. Questions are to be submitted by 4:30 PM EST, 27 November 2007. No other synopsis wil l be posted for this requirement. A Firm Fixed Price contract is anticipated. The period of performance will be a 12 month base period plus four option years. The place of performance will be the Pentagon. A written Request for Proposal (RFP) will be p osted on or about 20 December 2007. To obtain copies of the this announcement, go to the CCE webpage at http://cce.hqda.pentagon.mil. Click on Service, then o n the left side of the page click  RFPS. Then select your RFPS. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved 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 Edwin Little, Contract Officer at Edwin.little@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
SN01457507-W 20071125/071123223305 (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.