Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2007 FBO #2091
SOURCES SOUGHT

R -- J8-WAD Support

Notice Date
8/16/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management 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-0161
 
Response Due
8/31/2007
 
Archive Date
10/30/2007
 
Small Business Set-Aside
Total Small Business
 
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 the Joint Chiefs of Staff, Warfighting Analysis Division (WAD), J8 intends to procure Contracted Advisory and Assistance Service (CAAS) for Nontraditional Wargame (NW) Supp ort as a small business set-aside or under full and open procedures. At the start of the contract, the classification of the wargame will be at the SECRET (REL USA, AUS, CAN, AND GBR) level. All contractor personnel assigned under this contract shall be q ualified to hold SECRET security clearances and submit clearance upgrade requests prior to assignment to this task, if necessary. The Government anticipates that all contractor personnel assigned under this contract will be provided office space at their contractor facilities. Failure to meet the security requirements renders the offerors proposal non-responsive and therefore ineligible for award. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541611 with a size standard of $6.5 Million are encouraged to submit their capability packages (shall not exceed 15 pages) outlining their experience in the following tasks listed in the Performance Work Statement (PWS). A draft PWS for support to the Warfighting Analysis Division WAD/J8-NW is located on the CCE website at: http://dccw.hqda.pentagon.mil/services/Services.htm click on RFPS; select W91WAW-07-T-0161. Respondents must answer the following questions in their capability statements to be considered: 1) What experience and understanding does your company have in designing and executing a SECRET-level wargame for approximately 60 people in at least three cells with 6 days of gaming spread ove r a 3-month period? 2) What experience and understanding does your company have in the identification and preparation of relevant game products (e.g., scenario, briefings, and game books) to support the wargame described in Question 1. 3) Can your company provide, or secure access to, a SECRET-level facility within a 20-mile radius of the Pentagon for the wargame described in Question 1? 4) What experience and understanding does your company have in providing people to act as recorders, facilitators, and r eporters of the activities for the wargame described in Question 1? If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitt ed by 2:00 PM EST, 31 August 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 concerns by the response date or if the Government d etermines 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. Respondents will not be notified of the results. Questions are to be submitted by 11:30 AM EST, 23 August 2007. No other synopsis will be posted for this requirement. A Firm Fixed Price contract is anticipated. The period of performance will be a 5-month period. The place of performance will be Off- site, within the contractor work spaces. A written Request for Proposal (RFP) will be posted on or about 07 Sep 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 th is 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 Leona C. Cousar, Contract Specialist at leona.cousar@hqda.army.mil or Roland Thomas, Contracting Officer, at Roland.Thomas@hqda.army.mil.
 
Place of Performance
Address: Joint Chiefs of Staff ATTN: The Pentagon, J8 Washington DC
Zip Code: 20318
Country: US
 
Record
SN01375160-W 20070818/070816221844 (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.