Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2009 FBO #2748
SOURCES SOUGHT

U -- Centralized Internship Program

Notice Date
6/3/2009
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
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-09-R-0082
 
Response Due
6/9/2009
 
Archive Date
8/8/2009
 
Point of Contact
Annette Denise Gray, 703-614-2636<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(grayad2@conus.army.mil)
 
Small Business Set-Aside
Total HUB-Zone
 
Description
This sources sought announcement is for information and planning purposes only and replaces sources sought notice W91WAW-09-T-0025 which was posted 9 January 2009; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought. The US Army Nationl Capitol Region Contracting Center, Contracting Center of Excellence (CCE), on behalf of the Office of Diversity Management and Equal Opportunity, intends to procure a Centralized Internship Program using a HUB Zone certified small business set-aside, small business set-aside, or under full and open procedures. All contractor questions must be submitted by 5 June 2009, 10:00am EST via email to Donald Leath, Contracting Officer at donald.leath@conus.army.mil. and Annette D. Gray, CACI Contractor, Contract Specialist at grayad2@conus.army.mil. If at least two responsible HUB Zone certified 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 9 June 2009, 10:00 am EST the requirement will be solicited as a 100% set-aside for HUB Zone certified small business concerns. If two or more HUB Zone certified small businesses are not found capable, this 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. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a HUB Zone, or small business concern in NAICS code 611430 with a size standard of 7 million are encouraged to submit their capability packages. 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. Capability packages must not exceed 10 pages and must be submitted electronically by 9 June 2009, 10:00 am EST to Annette D. Gray, CACI Contractor, Contract Specialist at grayad2@conus.army.mil. No Hard Copies will be accepted. Small businesses are to outline their experiences in the following areas: 1. The Contractor shall provide the daily management functions of monitoring the placement of students. 2. The Contractor shall provide technical and administrative services in support of daily programs, including review, analysis, monitoring and tracking all facets of the Pilot DoD Centralized Intern Program, recommend improvements to program management processes, arrange affordable and safe housing that is accessible to public transportation and the intern's worksite, arrange and provide travel for the intern between their place of residence and the National Capital Region (NCR) and cover airport transfer costs within the provisions of the contract. 3. The Contractor shall provide personnel administrative services to include: maintaining a computer database, processing all federal and state tax forms,deducting all appropriate taxes, providing worker compensation insurance, short-term accident insurance, and medical insurance per the provisions of the contract, conduct site visits and maintain communication with interns and supervisors, conduct mid-point and end-of-the-program performance evaluations and pocessing payroll and issuing stipend checks biweekly. For the duration of the program, the intern will be employees of the contractor, and will not count against the Agencys FTEs. 4. The contractor shall perform statistical and performance analysis of data related to the Pilot intern program. 5. The Contractor will promote public awareness of DoD employment programs and opportunities; promote DoD as an employer of choice to diverse communities; disseminate information to diverse advocacy groups; and engage in recruitment campaigns related to the Pilot Program. In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of $125,000.00 per month? (*see note below); (2) Past Performance-Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed); (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty? 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 Annette D. Gray, CACI Contractor, Contract Specialist at grayad2@conus.army.mil A Firm fixed Price type of contract is anticipated. The anticipated period of performance will be for a twelve (12) month base with four (4) twelve (12) month periods. The place of performance will be the National Capitol Region. Contractor personnel security clearances will be required at the Secret or NACI level. POC is Annette D. Gray, CACI Contractor, Contract Specialist at grayad2@conus.army.mil. and Donald Leath, Contracting Officer at donald.leath@conus.army.mil. *To determine the dollar amount for financial capability to withstand a negative cash flow: Contracts: Estimated value of the contract divided by 12 = monthly dollar amount IDIQ: Projected Estimated annual value of all task orders divided by 12 = monthly dollar amount
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-R-0082/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
Zip Code: 20310-5200<br />
 
Record
SN01834760-W 20090605/090603235204-f0a4270710bb93563e061623ca45a18d (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.