SOURCES SOUGHT
R -- Science and Technology Integration and Functional Analysis support for Deputy Assistant Secretary Of The Army (Acquisition, Logistics, And Technology), Research and Technology (DASA(R&T)).
- Notice Date
- 4/3/2007
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-07-T-0058
- Response Due
- 4/12/2007
- Archive Date
- 6/11/2007
- Small Business Set-Aside
- N/A
- Description
- This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contra cting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of Deputy Assistant Secretary Of The Army (Acquisition, Logistics, And Technology), Research and Technology (DASA(R&T)), intends to procure Science and Technology Integration a nd Functional Analysis support as a small business set-aside or under full and open procedures. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS cod e 541690 with a size standard of $6.5 million are encouraged to submit their capability packages outlining their experience in the following key areas or tasks 1) Provide Basic Research and Laboratory Management Planning, Analysis, and Oversight Support Pl anning and Oversight, 2) Provide Budget, Technical, and Programmatic Analysis and Support, 3) Defense Science and Technology (S&T) Reliance Planning Documentation Preparation, Analysis, and Assessment Support, 4) Army Science and Technology Work Group Plan ning Documentation Preparation, ATO Analysis, and Assessment Support, 5) Strategic Planning in support of Future Science and Technology Program Development, 6) Graphics and Multimedia Support, and 7) All contractor personnel are required to obtain a secret security clearance prior to starting work and to maintain the clearance throughout the period of performance of the contract. If at least two responsible small business concerns are determined by the Government to be capable of performing this requiremen t based on an evaluation of the capability packages submitted by 12 April 2007, the requirement will be solicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concern s by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. No other synopsis will be posted for this requirement. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement Chris Carlson. A/An hybrid Firm Fixed Price/Time and Material is anticipated. The period of performance will be for a base period of 12 months with four 12-month option periods. The place of performa nce will be Arlington, Virginia. Contractor personnel will require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 25 April 2007. The RFP must be retrieved and downloaded from CCEs homepage at: http://dccw.hq da.pentagon.mil/services/Services.htm click on RFPS; select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Chris Carlson, Contract Specialist at christopher.carlson2@hqda.ar my.mil or Robert Price, Contracting Officer, at robert.price@hqda.army.mil.
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN01265182-W 20070405/070403222958 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |