MODIFICATION
D -- Wheeled & Tracked. Technical support services,concentrated areas of cost and economic analysis of major weapon and information management systems programs.
- Notice Date
- 3/5/2008
- Notice Type
- Modification
- 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
- W91WAWCCEOSM
- Response Due
- 3/10/2008
- Archive Date
- 5/9/2008
- Point of Contact
- Nancy Maples-Remley, 703-697-1271
- E-Mail Address
-
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(nancy.maplesremley@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment is to correct the class code. 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 Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the Office of the Deputy Assistant Secretary of the Army (Cost & Economics (ODASA-CE)), inte nds to procure all personnel, equipment, tools, materials, supervision, and other items necessary to provide non-personal technical support services in the concentrated areas of cost and economic analysis of major weapon and information management systems programs, associated acquisition, and financial management policies and procedures of the Department of Defense (DoD), as a small business set-aside or under full and open procedures. Only small businesses are to submit capability packages. Please limit t he 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 sub mit their capability packages outlining their experience in the following key areas or tasks: (1) resulting in the development of cost databases, cost estimating relationships (CERs), cost models, and special research to support the estimation of life cycl e costs or economic analyses; (2) Data collection, mapping, analysis, normalization, and database implementation; (3) Develop factors and costs for the Army Contingency Operations Cost Model (ACM); (4) Develop factors and costs for the Cost and Factors Han dbook (CFH); (5) Perform special cost analysis research.(6) Provide instruction in classrooms, small groups, and/or one-on-one settings in core areas of research (CER development, Cost Performance Estimating Relationships (CPER), and cost modeling support) The work under this contract will be performed at the Contractors facilities. The Contractor shall possess or be eligible to receive and maintain a SECRET facility clearance from the Defense Security Service. Contractor personnel shall require a current SECRET clearance. The following questions need to be answered as part of the packages: 1. Do you have a working knowledge of the Automated Cost Estimating Integrated Tools (ACEIT)? In specific, are you proficient in the ACDB (Automated Cost Database) an d COSTAT (Cost Statistical Package) modules of this tool? 2. Does your team have experience in military ground vehicle research? 3. Does your team have familiarity with Army or equivalent ground vehicle inventory and programs including recap and moderniz ation programs? 4. Does your team include engineers with advanced knowledge of ground vehicle, robotic vehicle, and armament technologies (both commercial and military)? 5. Does your team have experience in parametric modeling? 6. Does your team have ex perience in Army or equivalent weapon systems cost estimating (including a working knowledge of the Army or equivalent cost element structure and Military Handbook 881 vehicle work breakdown structures)? If at least two responsible small business conce rns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 12 March 2008 at 1:00 PM 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 business 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 capabi lity packages submitted this requirement will be solicited under full and open procedures. 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, Nancy J. M aples-Remley. Fixed Price Indefinite Delivery/ Indefinite Quantity contract is anticipated. The period of performance is a base period of twelve months and four (4) option years and read as follows: Base Year: 1 April 2008 to 31 March 2009, Option Year I : 1 April 2009 to 31 March 2010, Option Year II: 1 April 2010 to 31 March 2011, Option Year III: 1 April 2011 to 31 March 2012, Option Year IV: 1 April 2012 to 31 March 2013. It is anticipated a written Request for Proposal (RFP) will be posted on or ab out 17 March 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http://dccw.hqda.pentagon.mil/home/index.asp. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses t o the RFP must be submitted in accordance with the instructions in the RFP. Questions regarding this combined Synopsis/Sources Sought Notice are to be submitted in writing only not later than 1:00 PM EST, 10 March 2008 to the POC. No solicitation mailing list will be compiled. Contractors are responsible for all costs for producing and mailing their proposals and/or capability statements. POC is Nancy J. Maples-Remley, Contract Specialist at (703) 697-1271 or, nancy.maplesremley@hqda.army.mil or Pamela Callicutt, Contracting Officer, at (703) 697-5320 or pamela.callicutt@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
- Zip Code: 20310-5200
- Record
- SN01524853-W 20080307/080305224737 (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 |