Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2012 FBO #3799
SOURCES SOUGHT

R -- Sources sought for Deployment Program Management Services

Notice Date
4/17/2012
 
Notice Type
Sources Sought
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
ACC - Rock Island - C3 (ACC-RI-C3), Bldg 60, 3rd Floor, Rock Island, IL 52807
 
ZIP Code
52807
 
Solicitation Number
W560MY12R0009
 
Response Due
4/20/2012
 
Archive Date
6/19/2012
 
Point of Contact
Nicole Molina, 309-782-2953
 
E-Mail Address
ACC - Rock Island - C3 (ACC-RI-C3)
(nicole.molina1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: SOURCE SOUGHT to locate interested bendors with the capability of performing in accordance with a Performance Work Statement (PWS) that shall require the offeror to satisfy the requirements of Deployment Program Management services in Afghanistan. MISSION STATEMENT: The Deployment Program Management mission is to plan, organize, and control key aspects of the redeployment of contractors and the curtailment/expansion of services to ensure all milestones and deliverables are fulfilled, quality standards are met, and associated expectations of performance are achieved. Key responsibilities include: Managing multiple concurrent project tasks, providing expert direction and guidance to Regional Commands (RC) on the retrograde process, developing schedules, formulating work plans, providing guidance to remain on schedule or on reallocation of resources, and serving as point of contact with the Contracting Officer's Representative/Task Monitor. This is a Source Sought to find interested parties to this procurement. The subsequent corresponding NAICS code to this procurement is as follows: 561110 Business management services - This industry comprises establishment primarily engaged in providing a range of day-to-day office administrative services, such as financial planning; billing and recordkeeping; personnel; and physical distribution and logistics for others on a contract or fee basis. These establishments do not provide operating staff to carry out the complete operations of a business. This proposed contract will have a base period with two (2) option years. The requirement is for four (4) Defense Acquisition University (DAU) Certified Program Management personnel or equivalent training/certification. The four personnel shall assist in facilitating the retrograde process by coordinating the movement/transfer of contractors around the Combined/Joint Operations Area - Afghanistan (CJOA-A) and coordinating the contraction/expansion of base services. A rough draft of a Performance Work Statement (PWS) is available to aid vendors in understanding the mission requirements and submitting capability statements. To request a copy of the PWS, please email Nicole Molina at Nicole.v.molina.civ@mail.mil or Cheryl Nielsen at cheryl.l.nielsen8.civ@mail.mil with your company's name, phone number, cage code, JCCS code, and a POC. CAPABILITY REQUIREMENTS: Contractor must have the capabilities essential to meet the mission requirements of Deployment Program Management services. Responses to this survey should represent the contractor's best attempt to demonstrate it possesses the capabilities and experience necessary to meet the requirements of the draft PWS. INSTRUCTIONS FOR RESPONDENTS: Interested companies who have the necessary capabilities should respond by providing a brief summary of your company's capabilities to include a description of proposed methodology to meet the requirements of the DRAFT PWS, personnel, and related relevant experience. PLANNING PURPOSES ONLY: All information collected from this market survey shall be used for planning purposes only. Do not mistake this sources sought as a request for proposal or as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited. Please identify any proprietary information submitted. All information submitted will be held in a confidential status. SUBMISSION DEADLINE: Capability statement shall be submitted no later than 20 April 2012 to: ACC -RI, Army Contracting Command - Rock Island, Ms. Nicole Molina, Email: Nicole.v.molina.civ@mail.mil, (309)-782-8391 AND Ms. Cheryl Nielsen, Email: cheryl.l.nielsen8.civ@mail.mil, (309)-782-8693. If you have any further questions, please call or email Ms. Molina or Ms. Nielsen at the telephone numbers or email addresses listed above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8829d140d226c5111b90035548517288)
 
Place of Performance
Address: ACC - Rock Island - C3 (ACC-RI-C3) Bldg 60, 2ND Floor Rock Island IL
Zip Code: 52807
 
Record
SN02724321-W 20120419/120417235704-8829d140d226c5111b90035548517288 (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.