Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SPECIAL NOTICE

R -- Program Management and Arms Treaty Compliance

Notice Date
4/1/2020 7:14:59 AM
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
PANAPG-20-P-0000-013891
 
Response Due
4/21/2020 11:00:00 AM
 
Archive Date
05/06/2020
 
Point of Contact
Suzanne Levush, Phone: 410-306-2668
 
E-Mail Address
suzanne.m.levush.ctr@mail.mil
(suzanne.m.levush.ctr@mail.mil)
 
Description
The Army Contracting Command � Aberdeen Proving Ground, 6515 Integrity Court, APG, MD on behalf of the Office of the Headquarters, Department of the Army (HQDA), Deputy Chief of Staff, Army G-3/5/7 designated Army Staff (AFSTAF) Treaty Compliance and Surety Program Oversight Manager (DAMO-SSD) is issuing this Sources Sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement and provide all personnel (subject matter experts), equipment, tools, materials, supervision, and other items and non-personal services necessary to provide the program management in support of DAMO-SSD and AsA(IE&E) as defined in this PWS.� BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.� All small-business set-asides 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.� GENERAL INFORMATION Incumbent: Science Applications International Contract Number: W91CRB-16-C-0009 Contract Value: $6,181,580.60 DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY.� THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED.� IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.� NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.� ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.� RESPONSES WILL NOT BE RETURNED TO THE RESPONDER.� NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTHER REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED.� IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE).� IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THE REQUIREMENT.� Interested parties should submit a tailored capability statement for this requirement not to exceed fifteen (15) pages (including attachments) that clearly details the firm�s ability to perform the requirement described.� Interested parties must articulate their qualifications and capability.� Specifically, the Government requests that capability statements include the following information: Provide the business name, a point of contact, CAGE Code, NAICS code, business size, and DUNS Number. What is the offeror�s current certified business and economic status? Does the offeror have interest as a prime or subcontractor?� Can or has your company managed a team of subcontractors before?� If so, provide details. What elements of the PWS would the offeror subcontract rather than perform with its own resources? Provide a statement of the company�s background, core competencies, technical expertise, experience, staffing, and other capabilities that demonstrate the company�s ability to perform the stated services and requirements as stated in the PWS.� Experience in follow-on areas of nonproliferation, consequence management and counter proliferation.� How would the offeror maintain stability and continuity in its workforce during performance of the contract? What experience does your company have working policy formulation, implementation, and compliance issues associated with chemical and nuclear surety, chemical and nuclear accident and incident response, Personnel Reliability Program, and chemical agent accountability and reporting at the Service Headquarters (HQ), Joint Staff, or Office of Secretary of Defense (OSD) level? What experience does your company have: (a) working federal Planning, Programming, Budgeting, and Execution (PPBE) and Program Objective Memorandum (POM) issues, and (b) developing and defending Management Decision Package (MDEP) briefings for presentation before a Program Evaluation Group (PEG)? What experience does the offeror have, consistent with the statutory requirements, in providing program management functions such as recruiting, retaining, training and supporting diverse groups of approximately 10 personnel located in various support locations? All capability statements sent in responses to this Sources Sought Notice must be submitted electronically (via e-mail) to the following email address:� suzanne.m.levush.civ@mail.mil, no later than 2:00pm EST, on Friday, April 24, 2020.� This Sources Sought Notice is strictly for the purpose of gaining knowledge of services and solutions available and should not be construed as intent, commitment, or promise to acquire services or solutions offered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4c6c4a7ace874e8ebaa2341797e258cb/view)
 
Place of Performance
Address: DC 20310, USA
Zip Code: 20310
Country: USA
 
Record
SN05606825-F 20200403/200401230141 (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.