SOURCES SOUGHT
R -- Sources Sought Solicitation W52P1J-14-R-0112; Department of Army G-4 - Operational Support
- Notice Date
- 4/11/2014
- Notice Type
- Sources Sought
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J-14-R-0112
- Response Due
- 4/18/2014
- Archive Date
- 6/10/2014
- Point of Contact
- Desiree Dirige, 309-782-0976
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(desiree.s.dirige.mil@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Notice for the US Army Contracting Command - Rock Island (ACC-RI) for Solicitation W52P1J-14-R-0112; which serves as a notification to industry for the forthcoming procurement of Operational Support services for the Office of the Deputy Chief of Staff (ODCS), G-4 (Pentagon) Washington, D.C. This is NOT a Request for Proposal (RFP) or an Invitation for Bid (IFB). The Government intends to award a single Firm Fixed Unit Price (FFUP) contract for a base year plus up to four (4) option years. It is anticipated that this procurement will be an 8(a) Sole Source Small Business Set-Aside. In accordance with the Performance Work Statement (PWS), the contractor shall provide for operations research and systems analysis in recommending both product and procedural changes that will enhance and improve the current enterprise. This acquisition will support the ODCS, G-4's efforts in the areas of Operational Contract Support (OCS), the Logistics Civil Augmentation Program (LOGCAP), Army Pre-positioned Stocks (APS), War Reserve Secondary Items (WRSI), Operational Project Stocks (OPROJ), Transportation Account Code (TAC) management, and Joint Planning services necessary to support the G-4. The contractor shall provide the following: anticipating and translating the vision and direction of General Officers and Senior Executive Service (SES) officials into documents and briefings from which can then be used to communicate the results of analysis and operations to members of the Army Secretariat and the Office of the Secretary of Defense, as well as members of the U.S. Congress and their staffs. Actions and recommendations must provide for conformity with Department of Defense (DoD) policy and procedures, and approved Theater logistics practices by optimizing processes, capabilities, access and accountability. A draft PWS is attached for your reference. If you believe your company has the skills, experience, knowledge and capabilities to perform these types of services in accordance with the PWS, please submit the following information: 1. Company Name, Email, and Mailing Address 2. Company Point of Contact 3. Capabilities Statement: a) Provide information showing the capacity (financial and personnel resources required to meet the requirements) exist within your company. b) Provide specific experience supporting the Department of Army and or Joint Staff in Operational Support and LOGCAP Management. c) Provide specific experience demonstrating the capability to conduct logistics planning and implementation. d) Provide specific experience demonstrating exposure to joint strategic planning, policy, and doctrine. e) Provide specific experience demonstrating knowledge of Transportation Account Code actions. 4. Cage/NAICS Code 5. Company Size Standard and Small Business Status Written responses must be submitted by Friday, 18 April 2014, 12:00 PM Central Time. All written correspondence to this notice should reference the following: G-4 Operational Support; W52P1J-14-R-0112. If your company is interested in this planned procurement, please submit a Capabilities Statement and supporting information to CPT Desiree Dirige, email: desiree.s.dirige.mil@mail.mil and Ms. Amanda Pierce, email: amanda.j.pierce.civ@mail.mil by Friday, 18 April 2014, 12:00 PM Central Time. All questions regarding this planned procurement must be submitted via email. No telephone questions or inquires will be allowed. No reimbursement will be made for any cost associated with providing information in response to this announcement or any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b16afe9b01c6a5ccd50fa551c0fbbcd8)
- Place of Performance
- Address: ACC-Rock Island (ACC-RI) ATTN: AMSAS-AC Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03336795-W 20140413/140411234901-b16afe9b01c6a5ccd50fa551c0fbbcd8 (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 |