Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2007 FBO #2083
SOURCES SOUGHT

R -- Support Services for Army Readiness Division

Notice Date
8/8/2007
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming 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-R-0086
 
Response Due
8/13/2007
 
Archive Date
10/12/2007
 
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 Readiness Division (DAMO-ODR)Operations, Readiness & Mobilization Directorate Office Of The Deputy Chief Of Staff, G-3/3/5/7, intends to procure all personnel, equipment, to ols, materials, supervision, and other items and non-personal services necessary to provide program support, conduct analysis, data management support and website maintenance as a small business set-aside or under full and open procedures. Contractor pers onnel will require a current Top Secret clearance. Only small businesses are to submit capability packages. Please limit the length of packages to ten (10) pages. Packages over 10 pages will not be evaluated. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541511 with a size standard of $23.0 million are encouraged to submit their capability packages outlining their experience in the following key areas or tasks: (1) Provide continuous analytical suppo rt on the subject of readiness concepts and readiness systems knowledge as it relates to operational readiness, defense planning, military budgets, national defense and national security; (2) Provide valued on-site support creating and developing document ation for AR 220-1, Unit Status Reporting, Dec 2006; (3) Examine, review, evaluate, and analyze current readiness of major combat units, and identify options for improving unit readiness and the impact of implementing those options; (4) Identify near- and long term program strategies; and develop sustainment and modernization plans to address Army readiness challenges; (5) Plan, coordinate, and guide implementation of Army readiness reporting policy to ensure readiness reporting concepts, programs, and info rmation systems architecture meet the Armys needs; (6) Improve internal capability to respond to the Senior Army Leadership with readiness information and analysis. The following questions need to be answered as part of the packages: (1) How does the offe ror plan to maintain stability and continuity in the workforce? (2) Does the team of personnel proposed by the offeror demonstrate experience to work on-site on the effort, at planning and coordinating large undertakings such as the coordination and public ation of a major Army Regulation? (3) Does the team of personnel proposed by the offeror demonstrate knowledge and experience to work on-site on the effort, with the workings of the various Department of Defense and Department of the Army Readiness Systems ? (4) Does the team of personnel proposed by the offeror to work on-site on the effort demonstrate the experience and knowledge to synthesize complex programs? (5) Does the offeror's proposed team have knowledge of the force structure and command structure equivalent to the Army and its reserve components necessary to effectively develop products for the Army Readiness Division in the Army Staff environment? If at least two responsible small business concerns are determined by the Government to be capable o f performing this requirement based on an evaluation of the capability packages submitted by 13 Aug 07 at 1:00PM EST, 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 concerns 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 solicite d 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, Stacy Bailey. A Time and Materials contract is anticipated. The per iod of performance is a base period of twelve months and four (4) option years and read as follows: Base Year: 18 October 2007 to 17 October2008, Option Year I: 18 October 2008 to 17 October 2009, Option Year II: 18 October 2009 to 17 October 2010, Optio n Year III: 18 October 2010 to 17 October 2011, Option Year IV: 18 October 2011 to 17 October 2012. The place of performance will be accomplished primarily onsite at the Army Operations Center, RM BD680A, Pentagon. A written Request for Proposal (RFP) wi ll be posted on or about 24 August 2007. The RFP must be retrieved and downloaded from CCEs homepage at: http://dccw.hqda.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. Questions are to be submitted by 1:00 PM EST, 31 August 2007. 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 producing and mailing their proposals. POC is Stacy Bailey, Contract Specialist at (703) 697-7329 or, stacy.bailey@hqda.army.mil or Pamela Callicutt, Contracting Officer, at (703) 695-3 802 or pamela.callicutt@hqda.army.mil.
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Stacy Bailey, 5200 Army Pentagon, Room 1C256 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01366035-W 20070810/070808221538 (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 |
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.