Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 03, 2008 FBO #2503
SOURCES SOUGHT

R -- JCS J3 COOP SUPPORT

Notice Date
10/1/2008
 
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-R-0150
 
Response Due
10/10/2008
 
Archive Date
12/9/2008
 
Point of Contact
Leona C. Cousar, 703 693-5011<br />
 
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 Mission and Installation Contracting Command (MICC), Contracting Center of Excellence (CCE) at the Pentagon, on behalf of Joint Chiefs of Staff (JCS), National Military Command Center (NMCC) J3, intends to procure for the Continuity of Operations Plan (COOP) Support as a small Business Set-Aside, or under full and open procedures. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. 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 $7.0 Million are encouraged to submit their capability packages. Questions are to be submitted by 11:30 AM EST 6 Oct 2008. No other synopsis will be posted for this requirement. Capability packages must not exceed 15 pages, and must be submitted electronically. Small businesses are to outline their experiences in the following: Areas or tasks where a contractor does not have prior experience should be annotated as such. 1) Demonstrate your companys experience working on the National Military Command System (NMCS) as well as your companys ability to work on-site inside the National Military Command Center (NMCC). 2) Demonstrate your companys recent experience within the past 3 years with developing, and implementing National Level Exercises to evaluate OSD and military contingency planning to support continuity of operations (COOP). Specifically address your experience training OSD and military contingency / continuity groups. 3) Demonstrate your companys recent experience within the past 3 years in executing Joint Emergency Evacuation Planning with emphasis on OSD and military contingency / continuity team deployments. 4) Describe your companys recent experience within the past 3 years with developing, writing, staffing, and implementing DoD instructions and directives with OSD and military contingency /continuity team deployments. 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, 10 Oct 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. 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. A Firm Fixed Price contract is anticipated. The period of performance will be a 12 months base period, plus four 12 months option years. The place of performance will be the Pentagon. Contractor personnel will require a current top secret SCI clearance at the time of proposal submission. A written Request for Proposal (RFP) will be posted on or about 15 Oct 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp 1 asp select the desired RFP and click on Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. The solicitation number is W91WAW-08-R-0150. 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 703 693-5011 or 1eona.cousar@hqda.army.mil or Gayna Packnett-Malcolm, Contracting Officer, at 703 695-2564 or gayna.malcolm@hqda.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8de41cef82c8de0c76737c1fe31ecbe&tab=core&_cview=1)
 
Place of Performance
Address: Joint Chiefs of Staff ATTN: The Pentagon Washington DC<br />
Zip Code: 20318<br />
 
Record
SN01686709-W 20081003/081001222510-e8de41cef82c8de0c76737c1fe31ecbe (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.