Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2008 FBO #2442
SOURCES SOUGHT

R -- J8 JCD Analytical Support

Notice Date
8/1/2008
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), 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-0117
 
Response Due
8/12/2008
 
Archive Date
10/11/2008
 
Point of Contact
Leona C. Cousar, 703 693-5011
 
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 U S Installation Contracting Command (Provisional), Contracting Center of Excellence (CCE) at the Pentagon, on behalf of Joint Chiefs of Staff (JCS), Joint Capabilities Division (JCD), J8 for the JCD Analytical Support, 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 shall have a Top Secret Facility Clearance (FCL) as verified 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 JCD for the Analytical Support, 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-0117 and 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 Military Services, Joint Staff, OSD, and Interagency experience. 2) Describe your companys experience with developing, populating, and managing databases that support prioritization processes, must also demonstrate an ability to compile, integrate, and synthesize inputs from COCOMs and Services. 3) Describe your companys experience with data structures associated with real-world sourcing solutions and real-world inventory and hierarchical Service organizations, including, but is not limited to, trend analysis, interdependencies, and summation of the impact to stakeholder equities. 4) Describe your companys understanding and experience working with Joint Capabilities and Integration Development System (JCIDS), Functional Capability Boards (FCBs), and the Joint Requirements Oversight Council (JROC) processes and the nature of work involved in capability portfolio management. 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 11:00 AM EST, 12 Aug 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 based 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, 05 Aug 2008. No other synopsis will be posted for this requirement. A Firm Fixed Price contract is anticipated. The period of performance will be a 12 months base period plus four option years. The place of performance will be the Pentagon. Contractor personnel will require a current top secret clearance. A written Request for Proposal (RFP) will be posted on or about 25Aug 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 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 Leona Cousar, Contract Specialist at Leona.Cousar@hqda.army.mil or Edwin Little, Contracting Officer, at Edwin Little@hqda.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c5a705c096f4e614af955f2facd532a8&tab=core&_cview=1)
 
Place of Performance
Address: Joint Chiefs of Staff ATTN: The Pentagon, Washington DC
Zip Code: 20318
 
Record
SN01628828-W 20080803/080801221309-c5a705c096f4e614af955f2facd532a8 (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.