Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOURCES SOUGHT

R -- This is a non-personnel services contract to provide Facility Assessment Support (FAS) Services and Related Technical And Program-Related Support.

Notice Date
6/23/2010
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management 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
W81W3H00890001000
 
Response Due
7/5/2010
 
Archive Date
9/3/2010
 
Point of Contact
Edgar Lowell L. Moso, 703-428-1046
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(edgarlowell.l.moso@us.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, National Capital Region Contracting Center (NCRCC) at Hoffman II, on behalf of Assistant Secretary of the Army for Financial Management and Comptroller (ASA (FM&C)), intends to procure functional assistance, technical assistance and programming support using small business set-aside procedures in accordance with FAR Part 19 or Information Technology Enterprise Solution 2 Services (ITES-2S) 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 3:00 PM/EST, 05 July 2010, 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 ITES-2S competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541618 with a size standard of $7M 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 20 pages and must be submitted electronically. All contractor questions must be submitted no later than 3:00 PM/EST, 02 July 2010. Small business concerns are to outline their experiences in the following 1.Does your company have functional and technical experience with installation management and force structure systems (Active and Reserve Component)? 2.Does your company have technical staff with at least one (1) year of experience with extracting the following information from the Department of Defense form 1391 (Military Construction project data): new footprint; primary facility costs, supporting facility costs, restoration and modernization costs, demolition costs, and site improvement costs? 3.What level of functional and technical experience does your firm have in developing and maintaining pivot tables that extract data from official data sources (as listed in sections 1.2.1.2 and 1.2.1.8 of the FAS PWS)? 4.What amount and type of experience does your company have with providing analytical support for Army Base Operations Support (BOS) requirements issues? 5.What amount and type of experience does your company have with providing customer support for Facility Sustainment related issues? Areas or tasks where a contractor does not have prior experience should be annotated as such. 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 Edgar L. Moso for this procurement. A firm-fixed price contract is anticipated. The anticipated period of performance will be one (1) Base Year of 12 months and two (2) 12-month option years. The place of performance will be primarily at contractor facilities. Based on the capability statements received, a written Request for Proposal (RFP) may or may not be posted on or about 07 July 2010. The RFP must be retrieved and downloaded from Federal Business Opportunities website at: www.fbo.gov. 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 the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Edgar L. Moso, email: edgarlowell.l.moso@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44132492edf0e54f0c30ab72e08259b7)
 
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
 
Record
SN02186482-W 20100625/100623235519-44132492edf0e54f0c30ab72e08259b7 (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.