Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
SOURCES SOUGHT

R -- U.S. Army Intelligence Center of Excellence (USAICoE) Capabilities Development and Integration Directorate (CDID) acquisition

Notice Date
4/23/2014
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
ACC-APG - Fort Huachuca, ITEC4 Contracting, Bldg. 61801, Room 3212, Fort Huachuca, AZ 85613-5000
 
ZIP Code
85613-5000
 
Solicitation Number
W91RUS-14-R-CDID
 
Response Due
5/23/2014
 
Archive Date
6/22/2014
 
Point of Contact
Andy Fainer, 520-533-2117
 
E-Mail Address
ACC-APG - Fort Huachuca
(andrew.r.fainer.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Request for Information 1. ACC-APG, Huachuca Division is conducting market research to identify potential 8(a) small business sources. The Government invites all 8(a) small business concerns to respond to this request for information notice. Currently, portions of this effort are being performed by large business and 8(a) firms. Prospective contractors shall be registered in the System for Award Management (SAM) prior to award of a contract. Contractors are encouraged to obtain further information on SAM registration at the following website: https://www.sam.gov/portal/public/SAM. 2. This is a request for information only. This is not a solicitation for quotations and no contract will be awarded from this notice. No reimbursement will be made for any costs associated with providing information in response to this notice. All information system submitted in response to this notice is voluntary. The Government will use responses to make appropriate acquisition decisions. 3. Interested contractors should demonstrate the experience and technical capability necessary to successfully perform the requirements described herein. The subject requirement is to provide programmatic support and infrastructure through the application of professional, scientific, technical and administrative expertise and support for specific and evolving programmatic needs. The classification code is R, Professional, Administrative, and Management Support Services. The Performance Work Statement (PWS) falls under the following North American Industry Classification System (NAICS): 541690, Other Scientific and Technical Consulting Services 541430, Graphic Design Services 541712, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) 541330, Engineering Services The Government considers NAICS 541690 as the preponderant NAICS code for this acquisition. The Government anticipates that this effort will be structured with a base year and four, 12-month option periods. 4. The Contractor shall provide the expertise, experience, and resources necessary to support the US Army Intelligence Center of Excellence (USAICoE) Capabilities Development and Integration Directorate (CDID) in the development and production of US Army Training and Doctrine Command (TRADOC) chartered mission capabilities and requirements products supporting the Doctrine, Organization, Training, Materiel, Leadership and Education, Personnel and Facilities (DOTMLPF) domains. The Contractor shall provide technical expertise and support to CDID, the United States Army Intelligence Center of Excellence (USAICoE), and other directorates/agencies collaborating with the CDID, USAICoE, as required. Contractor employees working under this contract shall be able to fluently speak, read, and write English. Detailed information of the Government's requirements is provided via the draft PWS, which is posted with this announcement. 5. 8(a) firms responding to this Request for Information are requested to provide the US Army all applicable information requested below. Interested firms must possess a Final Top Secret facility clearance to perform the work to include personnel security clearances of up to Top Secret Sensitive Compartmented Information (TS SCI). Your capability statement and relevant past performance history should: Identify appropriate levels and types of expertise in a manner that demonstrates an understanding of all the requirements in the draft PWS Identify specific experience in administrative, professional, scientific, and technical positions in a service environment to meet performance specifications similar to those identified in the draft PWS. Provide examples and experience in responding to short-fuse requirements where performance is expected within 30 calendar days. Identify special capabilities that will enhance the company's ability to meet the Government's requirements. Provide relevant samples of a quality control (QC) system to accomplish QC efforts that support the draft PWS requirements. Advise the Government if recommending an alternate preponderant NAICS code. Responses shall provide rationale for the use of the recommended alternate NAICS code. Provide specific experience in Army/DoD doctrinal writing and editing. Present experience and examples in performing professional staffing actions supporting General Officer/Flag Officer level personnel. Identify facility and personnel security clearance information. Provide comments on PWS; and Identify potential subcontractor arrangements. Interested 8(a) concerns who believe they have the capability of providing the required services as defined in the draft PWS are invited to submit a Qualification Statement, including the above information. Your response to this request for information is not to exceed four (4) pages including the capability statement. Responses shall be submitted in MS Word format; Times New Roman,12 point for text and 10 point for graphics; and one-inch margins. Other formatting will likely result in your response not being considered. Responses to this notice should be emailed to: Andy Fainer, andrew.r.fainer.civ@mail.mil, Contract Specialist and Carlos Reed, carlos.j.reed.civ@mail.mil, Contracting Officer. The deadline for submitting Qualification Statements in response to the sources sought notice is 23 May 2014 by 2:00 p.m. Arizona time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3c9558dacb7319839e5c90387c714792)
 
Place of Performance
Address: ACC-APG - Fort Huachuca ITEC4 Contracting, Bldg. 61801, Room 3212 Fort Huachuca AZ
Zip Code: 85613-5000
 
Record
SN03346989-W 20140425/140423235550-3c9558dacb7319839e5c90387c714792 (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.