Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SOLICITATION NOTICE

R -- Army Security Cooperation Program Support

Notice Date
3/22/2011
 
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-0070
 
Response Due
7/22/2011
 
Archive Date
9/20/2011
 
Point of Contact
Curtis W. Harris III, 703-428-0173
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(curtis.harrisiii@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 (ACC), National Capital Region (NCR) at Hoffman II, on behalf of the Office Army Security Cooperation Program (ASCP) at Army DCS, G-3/5/7, Strategy, Plans and Policy Directorate (G-3/5), Multinational Strategy and Programs Division (DAMO-SSI) intends to procure extended and quick turn-around analytic, administrative and technical 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 by 3:00 PM/EST, 4 April 2011, 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 541611 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 company's 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, 28 March 2011. Small business concerns are to outline their experiences in the following 1.What experience does your company have with Army level activities or equivalent in Installation? Is the contractor prepared to fully execute the specific tasks specified in the Performance Work Statement (PWS) immediately upon contract award? In response to this question, provide details about relevant contractor employees' specific experience in performing tasks associated with the PWS and the employees' availability for immediate assignment (present for duty at beginning of the period of performance, expected to be 29 July 2011). (PWS Areas: 1.6.7 and 5.1.1 - 5.1.8) 2.Is the contractor prepared to fully meet the security clearance requirements in the PWS? In response to this question, provide details about relevant contractor employees' security clearances. (PWS Area: 1.6.6) 3.Is the contractor prepared to undertake quality control measures in accordance with the PWS? Describe the quality control program to include the procedures to prevent the non-reoccurrence of defective services. (PWS Area: 1.6.1) 4.Is the contractor prepared to comply with the contractor manpower reporting requirements specified in the PWS? Describe the company's compliance mechanism. (PWS Area: 1.6.19) 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 company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Curtis Harris 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 Contractor shall perform the work at a government furnished facility. Contractor personnel will require a current SECRET clearance. Based on the capability statements received, a written Request for Proposal (RFP) may or may not be posted on or about 11 April 2011. The RFP must be retrieved and downloaded from the Army Single Face to Industry (ASFI) website, https://acquisition.army.mil/asfi. 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 Curtis Harris, email: curtis.harrisiii@us.army.mil or Geoffrey Gill, email: geoffrey.r.gill@conus.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e5a0f79ab1e5a64a3d79bafbc0d438eb)
 
Place of Performance
Address: Army Contracting Command - National Capital Region ATTN: Curtis Harris, 200 Stovall St., Room 11S67 Alexandria VA
Zip Code: 22332
 
Record
SN02406413-W 20110324/110322234419-e5a0f79ab1e5a64a3d79bafbc0d438eb (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.