|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 17, 1995 PSA#1326Directorate of Contracting, Attn: ATZS-DKO-J, P.O. Box 748, Fort
Huachuca, AZ 85613-0748 A -- NONPERSONAL SERVICES ENCOMPASSING SCIENTIFIC, ENGINEERING,
LOGISTICS, ADMINISTRATIVE, ACQUISITION, AND HOUSEKEEPING SUPPORT OF THE
JOINT INTEROPERABILITY TEST CENTER MISSION SOL DABT63-95-R-0003. POC
Contract Specialist, Nancy Johnson, (520) 533-1549, Contracting
Officer, N. Tinnell, (520) 533-1213. The purpose of this notice is to
request information from small business with regards to this RFP which
was previously announced in the 27 Feb 95 CBD notice. The revised
tentative date for release of the RFP is May 31, 1995. At this time,
the Government seeks to establish whether there are sufficient
qualified small business firms who will propose as prime contractors
and have the ability to perform the breadth of the requirement at a
standard expected for this Best Value Solicitation. Evaluation of the
requested information will determine whether a small business set aside
may be found appropriate for one of the possible three awards.
INTERESTED SMALL BUSINESS FIRMS CONSIDERING PROPOSING AS A PRIME
CONTRACTOR for the effort are strongly encouraged to submit a
description of their technical and financial capabilities as delineated
in the following paragraphs. This announcement contains sufficient
information to decide if you want to respond to this announcement.
However, if you choose to respond, you will need the Sample Tasks and
Personnel Qualifications which were too long to include in this
announcement. If you are a Small Business already on the Bidder's
Mailing List for the Draft RFP or the Final RFP, a complete package is
being sent to you by mail. IF YOU ARE NOT ON THE BIDDER'S MAILING
LIST, YOU MUST CONTACT MRS. N. TINNELL AT 520-533-1213, AND THE REST OF
THE PACKAGE WILL BE FAXED TO YOU. THE REQUESTED INFORMATION IS DUE TO
THE ADDRESS ABOVE (BUILDING 21112) IN ACCORDANCE WITH THE FOLLOWING
SCHEDULE:(A) Responses to the five sample tasks are due by 2:00 P.M.
Mountain Standard Time (MST) 20 calendar days after publication of this
CBD announcement. (B) The balance of the information is due to the
address above by 2:00 P.M. MST 30 calendar days after publication of
thisCBD announcement. NOTE: If a due date falls on a weekend/holiday,
the due date will change to 2:00 p.m of the next official government
work day. FINANCIAL CAPABILITIES: (A) Submit a financial plan which
shows how your small business accommodates payroll for employees and
other expenditures for the entire teaming partner(s) throughout the
timeframe from which services are rendered until payments are received
from the Government. (B) Identify your available line of credit. (C)
Submit a copy of your current teaming agreements considered beneficial
for this solicitation. TECHNICAL: (A) PAST EXPERIENCE. The Past
Experience relates to the degree to which your small business and any
teaming partner(s) have gained practical knowledge and skills as a
result of direct participation with work similar to that required in
the Sample Tasks. Your response must be broken out by the related
experience of your company and the related experience of any proposed
teaming partner(s). Experience during the past five years is of
greatest importance. Government contracts over the past five years that
are similar to this one should be referenced. For each referenced
contract, include: (1) contract number, titles, dollar values, and
performance period(s) (2) sponsoring organization, (3) current point of
contact (name and phone numbers) for verification of performance, (4)
estimated level of effort in staff years, (5) a summary of the SOW, and
(6) a list of major deliverables which reflects a cross section of the
work performed (B) DEMONSTRATE YOUR ABILITY TO MANAGE WORK AT MULITPLE
GEOGRAPHICS SITES. (C) EXPLAIN YOUR ABILITY TO RAMP UP TO 220 MANYEARS
OF EFFORT WITHIN A 60 DAY PERIOD. (D) EXPLAIN YOUR MANAGEMENT/OVERHEAD
STRUCTURE FOR A 220 STAFF YEAR WORKFORCE. (E) SUBMIT RESUMES FOR YOUR
CURRENT PROFESSIONAL EMPLOYEES/CANDIDATES WHO WOULD SUPPORT THIS
EFFORT. SAMPLE TASKS (Available upon request). The small business will
demonstrate a detailed understanding of the JITC's work by preparing
a response for each of the Sample Tasks. These sample tasks represent
a cross section of the work performed by JITC support contractors. In
response to these sample tasks, the small business should include a
detailed technical approach for accomplishing the task, address any
management aspects associated with the tasks, and discuss any issues
which might prevent accomplishing the tasks as specified. Also, some
tasks require you to estimate the resources required to complete the
task. This includes labor and any travel and Other Direct Costs (ODCs)
which would occur, personnel hours, by labor cateogry, required for
each deliverable. The Sample Tasks are: (A) SAMPLE TASK 1: TEST AND
EVALUATION TO SUPPORT MIGRATION SYSTEMS, (B) SAMPLE TASK 2: OPERATIONAL
TEST OF AN AIS, (C) SAMPLE TASK 3: GENERAL TEST APPROACH FOR TADIL J
CERTIFICATION, (D) SAMPLE TASK 4: MAJOR SWITCH TEST APPROACH, (E)
SAMPLE TASK 5: X.700 CONFORMANCE TEST METHODOLOGY - For your
information, PERSONNEL QUALIFICATIONS expected for this solicitation
will be provided upon request of the sample tasks. (101) Loren Data Corp. http://www.ld.com (SYN# 0001 19950414\A-0001.SOL)
A - Research and Development Index Page
|
|