Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2008 FBO #2348
SOURCES SOUGHT

R -- Analysis and Technical Support

Notice Date
4/29/2008
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, U.S. Army Sustainment Command, US Army Sustainment Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-08-BLC0001
 
Response Due
5/29/2008
 
Point of Contact
Brian Clubb, 309-782-0367
 
Description
This is a Sources Sought/Market Research announcement to identify interest in a GSA set aside for small business. The requirement is for the Joint Ordnance Commanders Group (JOCG). The JOCG requires contractor assistance to conduct analysis and technical support. The NAICS code for this announcement is 541690, Other Scientific and Technical Consulting Services, with a small business size standard of $6.5M. Please indicate your business size with your information. This announcement is in support of Market Research performed by the United States Army Sustainment Command to determine interest in multiple year services contract for the Joint Ordnance Commanders Group for Fiscal Years 2009 through 2011. SCOPE: JMC has the following technical requirements: The contractor shall identify and perform research and studies on issues within the entire spectrum of conventional ammunition life cycle management, including matters pertaining to the operations of the Single Manager for Conventional Ammunition (SMCA). The contractor shall facilitate JOCG awareness of and influence in issues of joint concern in the management and execution of conventional ammunition programs including the munitions/weapons interface. The contractor shall advance strategies for the transformation of the SMCA and its constituent members to support the warfighter of the future. The contractor shall have a substantial working background and knowledge in the life cycle of ammunition with emphasis on ammunition procurement, logistical support and Joint Services (JS), SMCA, and JOCG processes. Contractor staff analyst support may include: "Effecting inter-Service coordination and exchange of information. "Reviewing and analyzing development, acquisition and production - or support activities - of military munitions systems, subsystems or components to identify JOCG targets of opportunity. "Recommending and developing strategic plans for joint sponsorship or management of programs and projects. "Developing and recommending uniform and standard conventional ammunition policies and procedures. "Developing and recommending standardized practices of munitions management. "Preparing and maintaining official minutes, correspondence and records. "Developing and presenting information and decision briefings. "Facilitating meetings. "Participation and non-decisional JS / JOCG Integration Office representation in JOCG subgroups / working group meetings. "Oversight of JOCG website. "Create, maintain JOCG Action Item Logs. "Analyze and recommend JOCG Subgroup restructure. - Expected activities in the next reporting period. - Problems and issues requiring resolution. The afore mentioned tasks will be accomplished with the help of Government Furnished Data and Equipment as needed to complete the tasks. May require travel to various Continental United States (CONUS) based sites. INSTRUCTIONS TO INTERESTED PARTIES: Request that all interested offerors provide a capability statement, NTE ten (10) pages that detail their previous work experience in the areas of expertise and any specialized experience with the entities listed above. Work performed within the past three years is considered relevant experience for this sources sought announcement response. Please include in your capability statement, your firms business size and identify any potential Joint Venture partners. JOINT VENTURES: Joint Ventures, as defined in FAR 19.101(7)(i), are an acceptable approach for small businesses and are encouraged. Interested small businesses who choose to Joint Venture shall provide the Government with information as follows: (1) Name of Company -include a contact person's name, telephone number and email address; (2) Company Address; (3) Company Size (please specify as either Small, Small Disadvantaged, 8(a), Woman-Owned Small Business, Historically Underutilized Business Zone concern, Veteran-Owned Small Business, or Service-Disabled Small Business); (4) Identify whether you are interested in this acquisition as a prime contractor or subcontractor. NOTES: 1. Under certain conditions, the individual small businesses must meet the size standard instead of using the combined total of annual receipts of all small businesses in the Joint Venture. 2. The Government may direct certain work be performed by specific contractors. Any of this directed work is excluded from the total work when determining limitations on subcontracting percentages. 3. To qualify as a small business Joint Venture entity all the members must be a small business. One exception is an approved Small Business Administration mentor-program agreement, which does permit large business participation in the Joint Venture. INFORMATION: This announcement is for information and planning purposes only and should not be construed as a commitment by the Government for any purpose. This announcement does not constitute a Request for Proposals and no contract will be awarded from this announcement. Requests for solicitation will not receive a response. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. No basis for claim against the Government shall arise as a result from a response to this announcement or Government use of any information provided. This announcement does not restrict the Government to an ultimate acquisition strategy. The Government reserves the right to consider acquisition strategies as deemed appropriate. RESPONSE DATE: All responses to this announcement must be received by COB Thursday, 29 May 2008. Interested parties shall contact the government POC for any additional questions. POC: Mr. Brian Clubb, Contract Specialist, (309) 782-0367, brian.clubb@us.army.mil or Mrs. Cindy Pleasant, Procuring Contracting Officer, (309) 782-6289, cynthia.pleasant@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ce6341def430efb7c996f8e2b823c5dd&tab=core&_cview=1)
 
Place of Performance
Address: US Army Sustainment Command ATTN: AMSAS-ACA-I Rock Island IL
Zip Code: 61299-6500
 
Record
SN01562980-W 20080501/080429215804-ce6341def430efb7c996f8e2b823c5dd (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.