Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2013 FBO #4388
SOURCES SOUGHT

H -- Case Management Independent Validation and Verification (Service)

Notice Date
11/27/2013
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-14-T-0002
 
Response Due
12/10/2013
 
Archive Date
1/26/2014
 
Point of Contact
Ron Wooley, 410-306-2744
 
E-Mail Address
ACC-APG - Aberdeen Division D
(ronald.l.wooley2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE: THIS IS NOT A SOLICITATION; This is not a request for either a quote or proposal, or an invitation for bid. The Government will not pay for information and materials received in response to this posting and in no way is obligated by the information received. The office of the Special Inspector General for Afghanistan Reconstruction (SIGAR) requires an Independent Validation and Verification (IV&V) service for the Investigative Case Management System (ICMS). Place of performance is 1115 Crystal Drive, Arlington, VA 22202. This is not a request for either a quote or proposal, or an invitation for bid. The intent of this sources sought notice is to identify potential sources to perform an Independent Verification and Validation (IV&V) of SIGAR's Investigative Case Management System (ICMS) and to obtain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran owned Small Businesses, 8(a), Hub-Zone and other Small Businesses interested in and capable of performing the work. Responses must also include capability statement that addresses the organization's qualifications and ability to perform as a contractor able to perform task described in the attached Performance Work Statement (PWS). 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 Part19. 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 under NAICS code (541611) with a size standard of $14.0 Mil 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 task specified in the PWS. Small business concerns are to outline their experiences in the following; developing a management plan, developing checklist - with regard to all aspects of industry standards for Project management, Software and Systems Development and Engineering disciplines as found in IEEE, CMI, and PMBOK industry standards; construct and submit periodic review reports. Areas or tasks where a contractor does not have prior experience should be annotated as such (please see 1.3 Objectives). In addition, please elaborate on the following questions: 1. Past Performance - does your firm have relevant past performance within the last three years (include contract type, dollar value of each procurement, a point of contact, and a brief description of the work performed. 2. Corporate Experience - does your firm have the work experience similar in nature, scope, complexity, and difficulty of work as stated in the PWS? A Firm Fixed Price Contract is anticipated. The anticipated period of performance will be six (6) months starting the date of award. The place of performance will be 1550 Crystal Drive, Arlington, VA 22202. Contractor personnel will require a current SECRET security clearance. Responses to this notice shall include the following: Name of company, physical address of company, a point of contract, a telephone number, the point of contracts email address, the company DUNS number, the company cage code, and type of small business (e.g. 8(a)). All interested parties must be registered with the System for Award Management. Please submit all question no later than 12:00 pm Thursday, 5 December 2013. All qualified respondents send all information by email to Ronald.l.wooley2.civ@mail.mil no later than Tuesday, 10 December 2013, at 12:00 PM EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/80a8e6eabca2f8e1d3db9c0fd1250acc)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03242573-W 20131129/131127234407-80a8e6eabca2f8e1d3db9c0fd1250acc (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.