SOURCES SOUGHT
R -- J7 EX PLAN
- Notice Date
- 3/6/2008
- 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-08-T-0059
- Response Due
- 3/14/2008
- Archive Date
- 5/13/2008
- Point of Contact
- Leona C. Cousar, 703 693-5011
- E-Mail Address
-
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(leona.cousar@hqda.army.mil)
- Small Business Set-Aside
- Total Small Business
- 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), J-7 Exercise and Training development, program management support, implementation, and execution as a Small Business Set-Aside or under full and open procedures. All contractor personnel shall possess 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. The contractor shal l handle TOP SECRET LEVEL classified information in accordance with DoD security manuals and directives and shall follow and meet the security requirements as provided in the DD Form 254. The Contractor shall have a Top Secret Facility Clearance (FCL) as v erified within the Industrial Facility Security Database (ISFD) at time of award. Only small businesses are to submit capability 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 (not to exceed 15 pages) outlining their experience in the following key areas or tasks. A draft Performance Work Statement (PWS) for support to the J-7 Exercise and Trainin g development, program management support, implementation, and execution as a Small Business Set-Aside or under full and open procedures is located on the CCE website at: http://cce.hqda.pentagon.mil click on SERVICES then RFPs; select W91WAW-08-T-0059 an d click on the Process button. Respondents must also answer the following questions in their capability statements to be considered: 1) Provide key personnel resumes you would propose to work on-site that have Joint Staff, OSD, Interagency, and NATO exe rcise experience. 2) Describe your companys experience with the National Exercise Program, Joint Exercises, NATO Exercises, and the US-Russian Federation Missile Defense Cooperation Program. 3) Describe your companys experience working with the Plann ing, Programming, Budgeting, and Execution System (PPBES). 4) Describe your companys experience with integrating adaptive planning/execution and joint doctrine into joint logistics exercises, logistics plans, and logistics readiness support. If at leas t two responsible 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 11:00 AM EST, 14 March 2008, 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 b ased upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. Questions are to be submitted by 11:30 AM EST, 11 March 2008. No other synopsis will be posted for this requirement. A Firm F ixed Price contract is anticipated. The period of performance will be a 6 month base period plus one option year. The place of performance will be the Pentagon. Contractor personnel will require a current top secret clearance. A written Request for Pro posal (RFP) will be posted on or about 21 March 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil click on SERVICES then RFPs; select the desired RFP and click on the Process button. No hard copies of th e 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 identif ied below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Leona Cousar, Contract Specialist at Leona.Cousar@hqda.army.mil or Roland Thomas, Contracting Officer, a t Roland.Thomas@hqda.army.mil.
- Place of Performance
- Address: The Joint Chiefs of Staff ATTN: The Pentagon, J7 Washington DC
- Zip Code: 20318
- Country: US
- Zip Code: 20318
- Record
- SN01525960-W 20080308/080306224530 (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 |