Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOURCES SOUGHT

R -- Maneuver Ceneter of Excellence - (Draft)

Notice Date
7/18/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W911S017MCOESS
 
Archive Date
8/13/2016
 
Point of Contact
Ronald L. Moton, Phone: 7575018155, Cynthia Cherry, Phone: 757 5018331
 
E-Mail Address
ronald.l.moton.civ@mail.mil, cynthia.l.cherry4.civ@mail.mil
(ronald.l.moton.civ@mail.mil, cynthia.l.cherry4.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Maneuver Center of Excellence Questions Attachment 1 - Performance Work Statement This is a Sources Sought Notice ONLY. The U.S. Government desires to procure services as identified in (Attachment 1) in support of the Maneuver Center of Excellence on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. The purpose of this announcement is to gain knowledge of potential qualified small business concerns. Responses to this notice will be used by the Government in developing our acquisition strategy. This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code 541990, All Other Professional, Scientific, and Technical Services, size standard $15,000,000. A continuing need is anticipated for the Maneuver Center of Excellence requirements as identified in the task areas listed below. The current requirements are being fulfilled through current contracts: W91247-12-D0001 through W91247-12-D-0007 (small business) and W91247-12-D-0008 through W91247-12-D-0014 (large business). Attached is the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS), and Technical Exhibits. The Maneuver Center of Excellence requires support services as outlined in the attached Performance Work Statement. There are six primary ask areas: Task Area 1: General Administrative, Technical, or Analytical Task Area 2: Training Development Task Area 3: Doctrine Development Task Area 4: Capability Development Task Area 5: Instruction Task Area 6: Training Aids, Devices, Simulations, Simulators (TADSS), Modeling, and Analysis. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Provide information in sufficient detail regarding previous experience as it relates to the services outlined in Attachment 1 of the PWS. Indicate whether as a prime contractor or subcontractor on similar requirements (include scope, complexity, period of performance, non-commercial or commercial), that will facilitate making a capability determination. 4. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 5. Identify your capability to perform the requirements of the draft PWS to include: (a) The contractor's ability to manage, as a prime contractor, the types and magnitude of tasks in the PWS. (b) The contractor's technical ability, or potential approach to achieving the technical ability (including teaming, subcontracting, joint ventures, etc.) 6. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.7. All correspondence and questions regarding this requirement shall be directed to Dr. Ron Moton via e-mail only at ronald.l.moton.l.civ@mail.mil. Telephone responses WILL NOT be accepted. Please submit your correspondence by 4:00 pm EST, July 29, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/badbe6c4038c920d64693fe178934fdf)
 
Place of Performance
Address: Fort Benning, Georgia, 31905-1339, United States
Zip Code: 31905-1339
 
Record
SN04185853-W 20160720/160718234314-badbe6c4038c920d64693fe178934fdf (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.