Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

99 -- JPEO Support Services

Notice Date
2/27/2020 8:18:40 AM
 
Notice Type
Sources Sought
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN20X0A7B
 
Response Due
3/13/2020 2:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Sean A Doyle, Phone: 9737249913
 
E-Mail Address
sean.a.doyle4.civ@mail.mil
(sean.a.doyle4.civ@mail.mil)
 
Description
The U.S. Army Contracting Command - New Jersey (CCNJ) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to provide commercial services to support to the Joint Program Executive Office Armaments and Ammunition (JPEO A&A) Headquarters and the General�s-Staff Sections (G1/2/5/8 and supporting offices). The estimated period of performance is five years. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESS (IN FULL OR IN PART) OR MAY BE PROCURED WITHOUT RESTRICTION THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions or any market research results. The requirement will be to provide staff support services to include, but are not limited to supporting functions and activities as it pertains to executing the JPEO A&A Mission, Vision, and Priorities. The JPEO A&A�s vision is to employ innovative and empowered teams rapidly delivering dominating capabilities. The JPEO A&A�s mission is to lead the development, procurement, and delivery of lethal armaments and ammunition, providing joint warfighters with overmatch capabilities to defeat current and future threats. The JPEO A&A�s priorities are to: (1) Lean forward to provide overmatched capabilities to the warfighters; (2) Develop people, teams and future acquisition leaders; (3) Innovate and operate effectively and efficiently; (4) Optimize the ammunition enterprise; and (5) Prepare the organization for the future. JPEO A&A HQ establishes policies, optimizes resources, and improves processes in order to enable JPEO A&A leadership to centrally manage and de-centrally execute functions and activities that are necessary for the total lifecycle management of all products within the JPEO A&A portfolio.� JPEO A&A is responsible for the development, acquisition, testing, product improvement, fielding, and lifecycle management of assigned programs and products. Specifically the services sought will be for: (1) Support of the JPEO A&As execution of Human Resources (HR), manpower, and personnel pertinent functions and activities. (2) Support the execution of security pertinent activities related to the JPEO�s Security and Security Program functions. (3) Support the JPEO A&A�s Public Affairs mission. (4) Support the JPEO A&A�s business management, financial management, and acquisition management functions to meet budget, cost, financial execution, acquisition management activities. (5) Support for developing and implementing the talent management strategy that includes succession planning on the JPEO�s acquisition workforce development. (6) Provide coordination and support for Executive Staff. The results of this market research will contribute to the development, determination and/or validation of the acquisition strategy. The applicable North American Industry Classification System (NAICS) code for this procurement is 541990 or 521190. The Product Services Code is expected to be R408 or R499. There is no solicitation at this time. This notice does not constitute a request for proposals; submission of any information in response to this market survey is voluntary. Any information provided by the Government under this notice is preliminary and may be updated or changed prior to release of the solicitation. The Government will NOT award a contract solely on the basis of this notice, nor will it be liable for any costs associated with preparing and submitting a response to this notice. All submissions will become Government property and will not be returned. Based on responses received to this sources sought, the planned requirement maybe revised. SPECIAL REQUIREMENTS: Any resulting contract is anticipated to have a security classification level of Secret. �In your response, address the following- Respondents should address their ability to acquire, handle and store classified information and data up to the Secret level. (Secret Clearance level is required of the prime contractor and all contractor employees to work under the anticipated effort.) ADDITIONAL INFORMATION AND SUBMISSION DETAILS If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, current business size status and company profile to include number of employees, annual revenue history, office locations, Dun and Bradstreet (DUNs) number, Commercial and Government Entity (CAGE) code; 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements; 3) Provide an explanation of your company�s ability to perform 50% or more of the tasking described above.� Note that should any subsequent requirement be set aside for Small Business, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Interested parties are requested to submit their response to this Sources Sought Notice, electronically to Sean Doyle, Contract Specialist, ACCNJ-CA, at sean.a.doyle4.civ@mail.mil, in either Microsoft word or Portable Document Format (PDF) in no less than 10 point font. The deadline for response to this request is fifteen (15) days. �Reference the Sources Sought number W15QKN-20-X-0A7B in the Subject line.� Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB).� In the event that the mail submission is larger than 8MB, separate into several emails or contact the Contract Specialist via email for additional instructions.� Information and materials submitted in response to this request WILL NOT be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/365cda8ccff844c8a57c2821e6c94a26/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN05575042-F 20200229/200227230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.