Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2009 FBO #2760
SOURCES SOUGHT

U -- Force Management Service Support

Notice Date
6/15/2009
 
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-09-06152009
 
Response Due
6/25/2009
 
Archive Date
8/24/2009
 
Point of Contact
Mark Yarboro, 703-428-1094<br />
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(mark.j.yarboro@us.army.mil)
 
Small Business Set-Aside
N/A
 
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/synopsis. The National Capital Contracting Center, Contracting Center of Excellence (CCE), on behalf of the Army Force Management School (AFMS), intends to procure a contractor(s) who shall provide consolidated and in depth Force Management support services to organizations and activities assigned within the Department of Defense. The Contract provides for the focusing of force capabilities centered upon the processes, system of systems and regulatory basis of force management and the capabilities that must be sustained through management of doctrinal, organizational and materiel change. CCE intends to procure the above services 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 no later than 10:00 am EST, 25 June 2009. 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 25 June 2009, 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 attached excerpted Performance Work Statement (PWS). Capability packages must not exceed 25 pages and must be submitted electronically. Small businesses are to outline their experiences in the following areas; (1) Force Management, (2) Force Development, (3) Force Integration, (4) understanding of the Army Organizational Life Cycle Model to include the underlying stages, (5) Organizational structure, (6) Organizational Design, (7) Capabilities Based Requirement Generation to include all four phases, (8) The Joint Strategic Planning System (JSPS), (9) Joint Operations Planning. Areas where a contractor does not have prior experience should be annotated as such. 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 with stand a negative cash flow?; (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, points of contact, and brief description of work performed)?; (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity and difficulty of work as outlined above? 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 Mark J. Yarboro, Contract Specialist, Email: mark.j.yarboro@us.army.mil. The Government anticipates that an Indefinite Delivery/ Indefinite Quantity (IDIQ) type contract, with multiple awards will be solicited for and awarded. The expected period of performance will be for a Base Period of 12- months with two (2) 12-month Option Periods. Performance shall be principally at the Force Management School at Fort Belvoir, Virginia. Contractor Personnel will require a current SECRET clearance. Capability packages shall be submitted to Mr. Mark J. Yarboro. A written request for proposal (RFP) will be posted sometime during or about the month of August 2009. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp. 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 Contract Specialist Mark J. Yarboro. No solicitation mailing list will be compiled. Contractors are responsible for all cost for submitting their capability packages. POC is Mark J. Yarboro, Contract Specialist, for all contracting matters. No telephonic inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-06152009/listing.html)
 
Place of Performance
Address: National Capital Contracting Center, Contracting Center of Excellence (CCE) ATTN: Hoffman Building II, Room 11S67, Attn: Mr. Mark J. Yarboro Alexandria VA<br />
Zip Code: 22332<br />
 
Record
SN01845368-W 20090617/090615235418-d7b0468d7f1e14017bd340e29e255619 (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.