Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2008 FBO #2307
SOLICITATION NOTICE

R -- Provide non-personal technical support services in the concentrated areas of cost and economic analysis of major weapon systems programs, associated acquisition, and financial management policies and procedures of the Department of Defense (DoD ).

Notice Date
3/19/2008
 
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-0050
 
Response Due
3/26/2008
 
Archive Date
5/25/2008
 
Point of Contact
David Vroom, 703-614-4579
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(david.vroom@conus.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 Contract ing 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)), intends 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 systems programs, associated acquisition, and financial management policies and procedures of the Department of Defen se (DoD), as a small business set-aside or under full and open procedures. 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 busine sses 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) Data collect ion, mapping, analysis, normalization, and database implementation; (2) Development of cost estimating relationships (CERs), cost-performance estimating relationships (CPERR), cost factors, new cost sub-models, and new costing methodologies; (3) Perform s pecial cost analysis studies relating to Aircraft Systems, including a broad spectrum of special programs; (4) Provide training to include classroom, small group, and/or one-on-one settings in core areas of research (CER development, Cost Performance Estim ating Relationships (CPER), and cost modeling instruction and 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 FOUO facility clearance from the De fense Security Service at the time of proposal submittal. The following questions need to be answered as part of the packages: 1. Do you have experience working with DoD weapon systems cost estimating? 2. Do you have experience mapping, normalizing, and analyzing data? 3. Do you have experience developing cost estimating relationships from cost data? 4. Do you have experience developing cost-performance estimating relationships? 5. Do you have experience with database development, update, and impro vements? 6. Do you have experience developing weapon system component and life cycle cost models? 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 capability packages submitted by 26 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 resp onse 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 procedures. No other synopsi s 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 NA ICS code to the POC for this procurement, David Vroom. The Government intends to issue a Labor Hour contract with Fixed Price contract line items (CLINs) for labor, and Cost Reimbursable Other Direct Cost CLINs for Travel. The projected period of performa nce is a base period of twelve months and four (4) option periods as follows: Base Year: 1 June 2008 to 31 May 2009, Option Year I: 1 June 2009 to 31 May 2010, Option Year II: 1 June 2010 to 31 May 2011, Opti on Year III: 1 June 2011 to 31 May 2012, Option Year IV: 1 June 2012 to 31 May 2013. It is anticipated that a written Request for Proposal (RFP) will be posted on or about 25 April 2008. The RFP will be post ed to the Governmentwide Point of Entry (GPE) on the Internet at http://www.fedbizopps.gov. The RFP may also be viewed at CCEs homepage at: http://dccw.hqda.pentagon.mil/home/index.asp. No hard copies of the RFP will be issued; all amendments will be post ed and may be retrieved from this website. Responses to 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 ES T, 24 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 David Vroom, Contract Specialist at (703)614-4579 or david. vroom@us.army.mil or MAJ Conway Phelps, Contracting Officer, at(703) 695-9428 or conway-phelps@us.army.mil. Point of Contact David Vroom, 703-614-4579 Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA) at david.vroom @us.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 Postal Code: 20310-5200
 
Web Link
CCE Web site
(http://dccw.hqda.pentagon.mil/home/index.asp)
 
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
SN01536456-W 20080321/080319230756 (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.