Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2012 FBO #3893
MODIFICATION

R -- Department of the Army G-4 for Logistics Process and Analytical Support

Notice Date
7/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY12RA019
 
Response Due
7/25/2012
 
Archive Date
9/23/2012
 
Point of Contact
Rosetta Wisdom-Russell, 703-704-0826
 
E-Mail Address
ACC-APG - Washington
(rosetta.wisdomrussell@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 Special Notice There will be no transition period for this acquisition. Any interested party, must be ready for full performance on 1 August 2012 with 40 Individuals at the Top Secret/Secret Clearance level. The US Army Contracting Command - APG (Belvoir Division) (ACC-APG (Belvoir)) on behalf of the US Army CECOM ESA Directorate's Army G-4 Logistics Process and Analytical Support requirement intends to negotiate a Firm Fixed Price (FFP) Bridge Contract with Logistics Management Institute (LMI), 2000 Corporate Ridge, McLean, VA 22102-7805 on a non-competitive basic per FAR 8.405-6 (a)(1) (i) (B), one capable source will satisfy agency without incurring unacceptable delays in fulfilling the agency's requirements. The bridge contract is to continue the current performance by six months from 1August 2012 to 31 January 2013 with an option for 3 additional months. The Bridge Contract is to provide support to Department of the Army G-4 for Logistics Process and Analytical Support that is currently being performed under Contract Number HHSP350201100004B written against GSA schedule with an expiration date of 1 August 2012. This effort supports the Army G-4's role to advance the integration of the Army's supply chain by integrating logistics policies, procedures, and programs for all commodities and sustainment functional areas. A competitive solicitation is current being prepared and will be posted to the FedBizOpps. This bridge effort will fill the gap until the new contract is negotiated and awarded. INSTRUCTIONS TO COMPANIES All responsible sources other than LMI who can meet this bridge requirement including the 1 August 2012 start date, may submit a statement of qualifications which shall be considered by the agency. Reference: W909MY12RA019. Any response to this notice must show clear and convincing evidence that they can meet the Army's delivery schedule and that competition for the bridge effort would be advantageous to the Government.. The G-4 requires broad-based research and analytic support that will provide a sound basis for current requirements and future concepts for conducting Army logistics within an ever-changing environment (e.g. linking research to practical application, determining logistics capabilities, and attaining the most effective mix in public/private solutions). The contractor must demonstrate a comprehensive knowledge of the Army logistics enterprise, a high degree of technical competence with regard to Army supply chain operations, services, and policy. Respondents must demonstrate: experience with and knowledge of senior logistics staffs in the Department of the Army, Joint Chiefs of Staff, and the Army Commands. Experience in logistics strategic planning; adaptive planning; force structure management and integration experience. Experience in conducting Army policy assessment, development, and implementation. Extensive knowledge and detailed familiarity with the history, development, and execution of ARFORGEN. Experience with G-4 LIN management, equipment life cycle management and Army Property Accountability Strategy. Demonstrated experience in managing large contracts/programs. Personnel Credentials, Experience, & Qualifications to satisfy the requirement..All interested companies must provide the below information in their response. This information and the statement of qualifications shall total no more than 10 pages. Name of Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: SUBMISSION OF INFORMATION Companies shall submit the information requested above no later than 9:00am EST 25 Jul 2012. Please furnish the above requested information to rosetta.wisdom-russell.civ@mail.mil. If you have any questions, please contact Rosetta Wisdom-Russell, Contracting Officer, at 703-704-0826. This will not commit the contractor or the Government in any way, or at any time, into entering a contract with any of the specified terms below. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use the information provided by companies for any purpose deemed necessary and legally appropriate. Any company responding to this notice should ensure that the response is complete and sufficiently detailed to allow the Government to determine the company's qualification to perform work. This is not a formal Solicitation. No solicitation document is available and telephone requests will not be honored. If no affirmative written response is received, the acquisition will be awarded without further notice. Detailed qualification statements providing all requested information must be received within 10 days after publication of this requirement; however, a determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. If no written responses are received, the requirement will be awarded without further notice. No telephone calls or faxes will be accepted. NO solicitation is available. The North American Industry Classification System (NAICS) for this requirement is 541990. No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use any technical information received in response to this Presolicitation Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d4536b09a1cf5a0daae4b0b520d9d1a9)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02811117-W 20120722/120721000359-d4536b09a1cf5a0daae4b0b520d9d1a9 (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.