SOURCES SOUGHT
R -- Records Management
- Notice Date
- 12/8/2008
- Notice Type
- Sources Sought
- NAICS
- 519120
— Libraries and Archives
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Fort Leavenworth, ACA, North Region Contracting Center - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF409RRCRD
- Response Due
- 12/16/2008
- Archive Date
- 2/14/2009
- Point of Contact
- Tammy Davis, (913) 684-1892<br />
- Small Business Set-Aside
- N/A
- Description
- This is not a Presolicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business relative to NAICS Code 519120, with a small business size standard not to exceed $7,000,000.00 gross annual receipts. Responses to this sources sought will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1) Is your business a small business under NAICS code 519120? 2) Does your firm qualify as a small disadvantaged business? 3) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act? 4) Are you a certified HUBZone firm? 5) Are you a woman-owned or operated business? 6) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7) Is your business a large business? Please provide a capability statement addressing your organizations ability to perform as a prime contractor the work described in the draft PWS below. Contractor personnel will be required to have a Department of Defense Secret security clearance to perform the required work. Please provide only general capabilities relative to the work in the PWS as this is not a solicitation and no responses will be considered as proposals to perform the work. This is market research information only. This Sources Sought Notice does not pertain to Competitive Outsourcing under A-76. This is not request for proposal and in no way obligates the Government to award any contract. Please provide responses to this notice to: tammy.davis4@us.army.mil Telephone responses will not be accepted. Please provide responses in writing no later than 16 December 2008. Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time. Draft Performance Work Statement Records Management Support 1.0 SCOPE: Support for implementing and performance of records management functions within the Research Division at the Center for Army Lessons Learned (CALL). 2.0 BACKGROUND: Under the CALL Transformation initiative, the Chief of Staff of the Army has charged CALL with providing lessons learned and knowledge support to the Army, Joint, Other Service and Allies/Coalition Partners. A key component of this knowledge support is the collection, processing, organization, and maintenance of a continual stream of records and information that the Research Division receives. This includes the collection, organization, archiving, and retention of key lessons learned, after action reports (AARs), tactics, techniques or procedures, operational records (e.g., operations orders/plans, fragmentary orders, situation reports, intelligence summaries, etc.), and oral histories from Army operations and major collective training events. The records include new materials from current operations as well as legacy records received earlier but not yet processed by Research Division. The term records as used in this Statement of Work refers to records that have not been processed or uploaded for online viewing in the CALL Archives but have been, or are to be, retained in the Research Division for their historical and knowledge value. 3.0 TASKS: The contractor shall: 3.1 TASK 1: The contractor shall compile, write, and edit updated Research Division policies and procedures that relate to records and information management and processing. 3.2 TASK 2: The contractor shall inventory, organize, arrange, maintain, and manage disposition of both paper and multimedia records held by the Research Division. 3.2.1 The contractor shall properly label all records to reflect contents and security disposition. 3.3 TASK 3: The contractor shall create updated processes and procedures for the systematic review and analysis of inventoried records by the military analysts who determine record disposition. 3.4 TASK 4: The contractor shall support military analysts and other researchers by locating needed documents within archives and data repositories available to CALL. 3.5 TASK 5: The contractor shall transfer information and records located on older technology (floppy disks, paper, etc.) to newer technology (CDs, DVDs, etc.). 3.6 TASK 6: Create and maintain a Continuity Book. 3.6.1 Provide a monthly Interim Progress Report (IPR), regarding what has been accomplished, which projects/items are outstanding, problems that were encountered and their solutions, and recommendations regarding work. 4.0 DELIVERABLES 4.1 Deliverable for task 1 is a Procedures Book for the records management function of the Research Division created and maintained current. Minimum Acceptable Standard (MAS) is a set of procedures maintained current that is to regulate the storage, retrieval and preservation of CALL records. 4.2 Deliverable for task 2 is an inventory in MS Excel or MS Access of all records held by the Research Division. In this document, the fields must, minimally, include: classification, number of files on the disk, folder name(s), record name, content, and possible geographic location. The inventory consists of collections such as Haiti, Somalia, Uphold Democracy, etc.. Minimum Acceptable Standard (MAS) is to correctly identify and inventory at least 500 records a month. 4.3 Deliverable for paragraph 3.2.1 is that all records are properly labeled and reflect contents and security classification. Minimum Acceptable Standard (MAS) is to correctly label and describe contents to at least 500 records a month. 4.4 Deliverable for task 3 is a Procedures Book describing the flow and responsibilities of the Records Manager and military analysts regarding the regular review and analysis of inventoried records. Minimum Acceptable Standard (MAS) is a set of procedures maintained current that is adequate to regulate the maintenance and use of CALL records. 4.5 Deliverable for task 4 is a section in the monthly report listing the support provided to military analysts and other researchers in locating needed documents and multimedia information. Minimally this report includes these fields: requestor name, information requested, request assigned to, date fulfilled, and disposition. 4.6 Deliverable for task 5 is an inventory of items that have been transferred from old technology to new technology. Minimally, this inventory shall include the name of the records transferred to new technology and transfer date. 4.7 Deliverable for task 6 is a Continuity Book reflecting the policies and procedures established. The Continuity Book shall be provided to the COR for review every three months for review and comment. 4.8 Deliverable for paragraph 3.6.1 is a monthly IPR detailing, minimally: project progress or completion, which projects/items are outstanding, problems that were encountered and their solutions, and recommendations regarding work. 5.0 GOVERNMENT FURNISHED TRAINING AND EQUIPMENT: 5.1 Training on CALL methodology, SOPs, file format conversion, CALL Archives architecture, and searching. 5.2 Annual Antiterrorism Level 1, SAEDA, and OPSEC training. 5.3 Office space and phone service, paper, reproduction equipment, and other supplies. 5.4 All necessary computer hardware, software, and other services required to perform the tasks. 6.0 SECURITY: All contractor personnel engaged in the execution of the contract must possess a U.S. SECRET clearance. 7.0 PLACE OF PERFORMANCE: 7.1 The primary worksite at Fort Leavenworth is Building 50, 10 Meade Avenue, Fort Leavenworth, KS. 66027. 7.2 The normal workday for CALL is between 0630 hours and 1630 hours, Monday through Friday, exclusive of Federal Holidays. 8.0. PERIOD OF PERFORMANCE: Twelve (12) months
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=06e7f1a40fc8b42184e4bb9ac3ffc811&tab=core&_cview=1)
- Place of Performance
- Address: Mission and Installation Contracting Command 600 Thomas Avenue, Unit 3 Fort Leavenworth KS<br />
- Zip Code: 66027-1417<br />
- Zip Code: 66027-1417<br />
- Record
- SN01715239-W 20081210/081208220150-06e7f1a40fc8b42184e4bb9ac3ffc811 (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 |