MODIFICATION
R -- HUMAN RESOURCE SUPPORT SERVICES
- Notice Date
- 2/5/2004
- Notice Type
- Modification
- Contracting Office
- Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- DASW01-03-R-HRXXI
- Response Due
- 4/8/2004
- Archive Date
- 6/7/2004
- Point of Contact
- James Robert Price, 703-602-3733
- E-Mail Address
-
Email your questions to Defense Contracting Command-Washington(DCC-W)
(Robert.Price@hqda.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this amendment to the FedBizOpps Announcement dated 11 November 2003 is to state that the Defense Contracting Command-Washington (DCC-W) on behalf of the Office of the Assistant Secretary of the Army, Manpower and Reserve Affairs (OASA (M&RA)) is issuing four solicitations on or about 09 February 2004. It is anticipated that a maximum of three awards will be made under each solicitation. Of the possible awards one award will be reserved for a small business for three of the solicitati ons. One solicitation will be exclusively reserved for small business. The North American Industrial Classification System Code (NAICS) is 541612; the size standard is $6 million dollars for all four. (1) Solicitation DASW01-03-R-0033 is for Personnel S ervices and Support which will include support to Army civilian HR offices performing functions such as recruitment, employee relations, performance evaluations, classification and selection, and support to a wide range of transition activities which inclu des support to Well-Being programs, transition counseling, transition records and forms maintenance transition workshops, transition library and mail operations, transition help desk operations, administration, and IT support. This requirement will includ e OCONUS as well as CONUS locations. (2) Solicitation DASW01-03-0034 is for Studies and Analysis support which encompasses support for analysis of broad systems such as information technology, manpower, maintenance, programs, logistics, training, planning, budget, audit, business consulting, and support to boards. (3) Solicitation DASW01-03-R-0035 is for Recruitment and Retention which includes support to program operation and assessment, personnel, processing, tracking and general administrative needs, information handling, counseling training and credentialing. Th is requirement will include OCONUS as well as CONUS locations. (4) Solicitation DASW01-03-0036 is for Administrative Support and is a 100% small business set-aside, which includes support to document creation and analysis, facility organizational, and data analysis and management, training, meeting, record keeping, lo gistics and property management, marketing analysis, and general administrative support. Each contract will have a base period of performance for twelve months with four (4) twelve month option periods. The Government??????s estimated value of the requir ement is classified as For Official Use Only. All responsible sources may submit an offer that will be considered by this Agency. A Pre-Proposal Conference will be held on 25 February 2004 at the Crowne Plaza Washington-National Airport Hotel, 1489 Jeffe rson Davis Highway, Arlington, VA 22202, starting at 9:00 AM, Registration will start at 7:30 AM. During the conference the government will provide information on the requirements and allow for industry comments and questions. Offerors should advise the Government of the number of persons they intend to have present at the conference no later than three (3) working days prior to the meeting. The confirmation of attendees shall be sent by e-mail to Mr. Robert Price, Robert.Price@HQDA.ARMY.MIL. Offerors shall submit written questions, identified by RFP number, no later than seven (7) calendar days prior to the conference date by e-mail to Mr. Robert Price, Robert.Price@HQDA.ARMY.MIL Attendance at the conference prior to proposal submission is recommended but not mandatory. All questions and correspondence must be submitted in writing and should be directed to either the Contracting Officer, Mr. Donald Leath, Donald.Leath@HQDA.ARMY.MIL or Contract Specialist, Mr. Robert Price, Robert.Price@HQDA.ARM Y.MIL There will not be a bidders mailing list available as all four solicitations will be posted on the DCC-W WEB Site at http://dccw.hqda.pentagon.mil/services/RFP1.asp. NOTE: The four segments will not be broken out into smaller segments; potential offerors must be able to perform th e entire segment. Small Business teaming arrangements are encouraged.
- Place of Performance
- Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN00516910-W 20040207/040205212432 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |