SOURCES SOUGHT
R -- Force Management Technical, Analytical and Consulting support to the U.S. Army Force Management Support Agency.
- Notice Date
- 12/29/2009
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-10-R-0030
- Response Due
- 1/11/2010
- Archive Date
- 3/12/2010
- Point of Contact
- Faatalivale Teo-Lewis, 703-428-0410
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(vale.teolewis@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought announcement 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 sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of U.S. Army Force Management Support Agency, intends to procure Research, Analytical and Technical Services using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 2:00pm EST, 11 Jan 2009, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541690 with a size standard of $7.0 M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, 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. Small business concerns are to outline their experiences in the following: (1) Assist with development of allocation rules of existence and metrics within the IA. (2) Conduct research, analytical studies and assessments of the Institutional Army. 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 low to mid six figures per month? (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 of work in the PWS? (4) Explain your company's previous involvement with hierarchical force structure development in the GFM DI format and how you've incorporated this into your recruiting strategy? (5) Explain how you would recruit people with the requisite background in Army force structure, force structure development, combat development and Force Management skillsets such as TOE development and documentation, institutional Army analysis and manpower assessments.(6) Explain your company's background and experience in working with Force Structure data systems such as Structure and Manpower Accounting System (SAMAS), Structure and Composition System (SACS) and Force Management System (FMS). (7) Explain your company's background and experience in working with the following Army Force Management processes; Total Army Analysis (TAA), Command Plan (CPLAN), Basis of Issue Plan (BOIP) development, Force Design Update (FDU), Force Feasibility Review (FFR) and TDA development via the concept plan process. To assist us in maintaining a list of interested small business concerns 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 Vale Teo-Lewis for this procurement. A/An IDIQ is anticipated. The anticipated period of performance will be for one (1) Base and two (2) one year Option periods. The place of performance will be Government Site. Contractor personnel will require a current secret clearance. Contractors are responsible for all costs for submitting their capability packages. The POC for this requirement is Vale Teo-Lewis, at vale.teolewis@us.army.mil and Timothy Floyd, at tim.floyd@us.army.mil. All capability packages must be submitted to the POC by 2:00pm EST, 11 Jan 2009.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/95a92b6ae6defce408dbb37ba65c379c)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Zip Code: 20310-5200
- Record
- SN02032593-W 20091231/091229234513-95a92b6ae6defce408dbb37ba65c379c (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 |