Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOURCES SOUGHT

R -- Army Integrated Consulting services

Notice Date
2/25/2022 7:04:36 AM
 
Notice Type
Sources Sought
 
NAICS
541613 — Marketing Consulting Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB22Consult
 
Response Due
3/4/2022 8:00:00 AM
 
Point of Contact
Martine Ianniello, Tara L. Casey
 
E-Mail Address
martine.ianniello.civ@army.mil, tara.l.casey.civ@army.mil
(martine.ianniello.civ@army.mil, tara.l.casey.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The Army Contracting Command- Aberdeen Proving Ground (6515 Integrity Court, APG, MD) is issuing this sources sought synopsis on behalf of the Assistant Secretary of the Army Acquisition, Logistics and Technology (ASA ALT) as a means of conducting market research to identify parties having an interest in and the resources to support a requirement for real-time deliverables on Army acquisition programs effected by the Army Budget Requests under the current FY22 Continuing Resolution (CR), future Army Budget Requests and subsequent Program Objective Memorandum (POM) cycles. The deliverables under this contract will be weekly written situational reports, as well as more detailed deliverables; plus briefings at key decision-points. ASA ALT�s mission is to continuously modernize the U.S. Army through the development and timely delivery of overmatch capability to the Soldier in order to fight and win our Nation's wars. Part of the ability to achieve the Army�s objective is to have access to strategic expertise and information to help maximize Army�s budget and execution of dollars provided by congress to support key programs requirements. PLACE OF PERFORMANCE: 2800 Crystal Drive, Suite 429.Arlington, VA 22202 Contractor employees will be required to travel. THIS IS NOT A REQUEST FOR PROPOSALS OR BIDS.� This sources sought is for informational purposes only. It does not constitute a solicitation and shall not be construed as a commitment by the Government for any purpose. �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 notice is strictly voluntary. Responses will not be returned to the responder. Not responding to this notice does not preclude participation in any future solicitation, if one is 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 this requirement. PROGRAM BACKGROUND The Army of 2030 will be ready to deploy, fight, and win decisively against any adversary, anytime and anywhere, in a joint, multi-domain, high-intensity conflict, while simultaneously deterring others and maintaining its ability to conduct irregular warfare. The Army will do this through the employment of modern manned and unmanned ground combat vehicles, aircraft, sustainment systems, and weapons, coupled with robust combined arms formations and tactics based on a modem warfighting doctrine and centered on exceptional Leaders and Soldiers of unmatched lethality. The requirement is a continued effort and deemed commercial in nature. REQUIRED CAPABILITIES The contractor shall provide real-time deliverables on Army program developments, under the current FY22 Continuing Resolution (CR), future Army budget requests, and subsequent Program Objective Memorandum (POM) cycles, plus execution of Army programs under previous Omnibus/RAA/Mini-bus Appropriations Acts and activities; including various annual Reprogramming Requests. The deliverables under this contract will be weekly written Situational Reports (Sit/Reps), (sometimes daily on time-sensitive developments); as well as more detailed �Deep-dive� Deliverables; plus Briefings at key Decision-points. The contractor shall also provide formal in person briefings to Army Leadership, (estimated every 2-3 months during the period of performance), to provide latest actionable real-time insights to� support Secretary & Under Secretary; Chief of Staff & Vice Chief of Staff; ASAALT; Army Futures Command; Army Materiel Command; plus any other Army Leadership. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). 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, and size and type of ownership for the organization; and 2) Tailored capability statement addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability, as detailed below. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY - This Sources Sought is open to valid small businesses only.� ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than fifteen (15) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 04 March 2022 at 11:00 AM EST. �All responses under this Sources Sought Notice must be e-mailed to martine.ianniello.civ@army.mil and tara.l.casey.civ@army.mil This documentation must address at a minimum the following items: Vendor�s business name, point of contact, address, and DUNS number. A statement or explanation of the company's background, technical expertise, experience, and other capabilities that demonstrate the company's ability to perform the required services identified in the PWS. What type of work has your company performed in the past in support of the same or similar requirement? Can or has your company managed a task of this nature? If so, please provide details. What specific technical skills does your company possess which ensure capability to perform the tasks?� Please note that under a Small-Business Set-Aside, 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. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this draft PWS for the base period as well as the option periods. In addition, the vendor�s capabilities statements should answer the following questions: From a personnel resource stance, does your company have sufficient human capital assets in the area of business process transformation to support a project of this size and scope? Does your company believe a different NAICS code should be considered for this PWS?� If so, please provide recommendations with supporting rationale. Does your company have interest as a prime or subcontractor? What contract type does your company believe would be the best fit for this requirement, based on the contents of the PWS? Which elements or proportions of the PWS would your company subcontract rather than perform with your own resources? Does this Performance Work Statement (PWS) provide sufficient information for you to submit a proposal? If not, what additional information is required? Are there any ambiguities that require clarification? Are the standards of performance clear? Are there additional standards that should be incorporated? Is the vendor aware of any General Services Administration (GSA) Schedules or Government-wide Acquisition Contracts (GWACs) that could satisfy this requirement? Specifics regarding the period of performance will be provided in the solicitation. Your response to this Sources Sought, including any capabilities statement, shall be submitted VIA E-MAIL ONLY to martine.ianniello.civ@army.mil. martine.ianniello.civ@army.mil and tara.l.casey.civ@army.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.� No phone calls will be accepted. All questions must be submitted to the point of contact identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/904d2267fa0a488fae1a19b004efbbd5/view)
 
Record
SN06251706-F 20220227/220225230114 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.