SOURCES SOUGHT
R -- Sources Sought for DUSA Advisory and Assitance Services
- Notice Date
- 5/31/2011
- Notice Type
- Sources Sought
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
- ZIP Code
- 22331-1700
- Solicitation Number
- W91WAW-11-R-3402
- Response Due
- 6/14/2011
- Archive Date
- 8/13/2011
- Point of Contact
- Marissa Wright, 703-428-0409
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(marissa.wright@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, on behalf of Deputy Under the Secretary of the Army - intends to procure Advisory and Assistance services for under full and open competitive procedures. All capability packages are due Tuesday, 14 June 2011 NO EXCEPTIONS. If at least two qualified small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for qualified small business concerns. 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 that are qualified under NAICS code 541618 with a size standard of $7.0M 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 30 pages and must be submitted electronically. Small business concerns are to outline their experiences in the following: 1.Provide past performance record demonstrating successful performance of Army/DOD Business Management, leading major organizational realignments, providing Command level Business Process Reengineering and systems analyses, designing/implementing performance metrics for Enterprise-wide Management, and leading overhead reduction analyses. 2.Demonstrate prime contractor ability to concurrently manage multiple task orders of up to $3 Million including subcontractors and functionally diverse teams. 3.Demonstrate understanding of the differences between Army/DOD Generating Force mission, ARFORGEN processes, challenges and risk mitigating approaches for significant overhead reduction, including services acquisition optimization, and manpower assessment consistent with current operating tempo. 4.Indicate knowledge of statute, regulation, policy and Army General Orders applicable to: a.Generating Force Overhead Analysis b.Accessions/ARFORGEN process improvements c.Strategic Communications d.Business Transformation e.Organizational Analysis and Design f.HQDA and Army Secretariat assigned duties 5.Indicate the availability of staffing, meeting the minimum standards shown below, and staffing plan for providing such subject matter experts annually: -Analyst: Assists in the development of functional programs and materials. Assists in the tracking and evaluation of on-going operations. Reviews forms and reports, and confers with management and users about format, distribution, and purpose, and to identify problems and improvements. Collects, maintains, and processes data. Assists in the preparation of reports and summaries for use by managers. Minimum five years experience in the related field. Business/IT related bachelor degree preferred. -Analyst, Senior: Provides direct support to technical and operational activities. Identifies sources of relevant information and data. Directs the activities of other analysts in the analysis of data and information. Plans and establishes record and data storage and retrieval systems. Evaluates data and information to monitor status of on-going operations. Alerts key personnel of operational problems and suggests potential solutions or methods for collecting additional information. Assists in the development of technical and operational documents and plans. Assists in the implementation of technical and operational activities. Minimum ten years experience in the related field and minimum of a bachelor's degree. -Senior Consultant: Performs a wide variety of complex technical activities in support of BPA call service activities. Develops operational concepts, plans, and instructions. Identifies alternative courses of action and makes recommendations. Serves as principal assistant to technical directors, project managers, and/or the program manager. Minimum 10 years experience in the related field; minimum of a bachelor's degree (advanced degrees preferred). -Project Manager: Responsible for the planning and execution of all activities related to a contract delivery order. Ensures that all personnel assigned to a task meet government qualification standards and receive necessary training. Reviews subcontractor deliverables and invoices and approves for payment. Approves invoices being submitted to the government. Reviews all deliverables prior to their submission for acceptance. Advises the Program Manager on the status of the project. Minimum 10 years experience in the related field; minimum of a bachelor's degree (advanced degrees preferred). 6.Outline your Management organizational structure and management processes including your current Quality Control systems, Subcontractor management system, use of Plans of Action and Milestones (POA&M), use of Work Breakdown Structures (WBS), and cost/performance tracking methodology. 7.Indicate whether or not your company has an approved cost accounting system. 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 Marissa Wright for this procurement. A Cost type of contract is anticipated. The anticipated period of performance will be (1) Base Year and two (2) One Year Option periods. The principal place of performance is the contractor facility and Washington National Capital Region. Should travel to other sites be required for specific tasks, it will be identified in specific task orders. Contractor personnel will require a current top secret clearance. Contractors are responsible for all costs for submitting their capability packages. Please submit your capability packages to POC Marissa Wright, at marissa.wright@us.army.mil, Brett Scott at brett.scott1@us.army.mil and Christine Epps, at Christine.epps@us.army.mil. All Capability packages must be submitted to the POC by 1700hrs/5:00 PM EST on Tuesday, 14 June 2011.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8af12681b8c59053d07a2d726e59381c)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) 200 Stovall Street, 11TH Floor Alexandria VA
- Zip Code: 22331-1700
- Zip Code: 22331-1700
- Record
- SN02460133-W 20110602/110531234245-8af12681b8c59053d07a2d726e59381c (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 |