Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2010 FBO #3270
SOLICITATION NOTICE

R -- Non-personal services necessary to provide Program Support, as defined in this Performance Work Statement in support of the Army Quadrennial Defense Review Office (DAPR-QDR), Office Of The Deputy Chief Of Staff, G-8.

Notice Date
11/5/2010
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General 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
W91WAW-11-R-0010
 
Response Due
11/15/2010
 
Archive Date
1/14/2011
 
Point of Contact
Diane Clarke, 703-428-0490
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(diane.clarke1@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 Army Quadrennial Defense Review Office (DAPR-QDR) Office of the Deputy Chief of Staff, G-8, intends to procure program support 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, 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 by 15 November 2010, 10:00 A.M. Eastern Standard Time. Interested small business concerns in NAICS code 541611 with a size standard of $7 million 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. All contractor questions pertaining to the PWS or other parts of this requirement must be submitted no later than 10:00 A.M. (EST), 9 November 2010. Small business concerns are to outline their experiences in the following: (1) Analysis of Army Quadrennial Defense Reviews; (2) Support for Army Outreach Programs. The following questions must be answered and elaborated on as part of the capability packages: 1.What is your experience/expertise in the conduct and assessment of strategic, operational technological and functional documents such as previous Quadrennial Defense Reviews, Quadrennial Roles and Missions Reviews, Guidance for the Employment of the Force and Defense Planning and Programming Guidance, and support to Program-Budget Reviews? Reference PWS paragraph 1.6.8.2. 2.Does your firm, specifically your Program Manager and team members, have the necessary work experience and education, specifically as they relate to supporting Army staff operations that is similar in nature, scope, complexity, and difficulty of the work required in the Performance Work Statement? Reference PWS paragraphs1.6.8.1; 1.6.11; 5.1.1. 3.What recent quick-turn and detailed analyses and assessments have you completed for Defense organizations that address strategy, policy, resources, readiness, technology, force structure and mix and posture, end strength, equipment modernization, sustainment, and reserve component issues? Reference PWS paragraph 5.1.2.1. 4.What is your experience in providing rapid-response research, studies, and analyses, to assess the implications of new strategic, technology, and policy directions or alternatives for Army positions in areas such as transformation, AC and RC balance, force structure, force posture, readiness, and sustainment? Reference PWS paragraph 5.1.3. 5.What is your ability to work with and store classified information, up to Top Secret level? Reference PWS paragraph 1.6.7.1 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 Diane Clarke for this procurement. A firm fixed price contract is anticipated. The anticipated period of performance starting on 15 March 2011 will be one (1) base period of twelve (12) months with four (4) option periods. The place of performance will be CONUS & OCONUS. Contractor personnel are required to have a current top secret clearance. A written Request for Proposal (RFP) will be posted on or about 29 November 2010. The RFP must be retrieved and downloaded from the Governments point of entry on FedBizOpps.Gov 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 POCs identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POCs are Diane Clarke, email, diane.clarke1@us.army.mil and Ms. LaWanda Stewart, email, lawanda.stewart@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d8d23aea7a912fe230ca3f6b8c1a1327)
 
Place of Performance
Address: National Capital Region Contracting Center (NCRCC) 200 Stovall Street, Hoffman II, 11 Floor Alexandria VA
Zip Code: 22332
 
Record
SN02323249-W 20101107/101105233939-d8d23aea7a912fe230ca3f6b8c1a1327 (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.