Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 07, 2008 FBO #2233
SOURCES SOUGHT

R -- Workforce Analysis Support System (WASS) and Civilian Forecasting System (CIVFORS) Policy Models

Notice Date
1/5/2008
 
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-08-R-0025
 
Response Due
1/24/2008
 
Archive Date
3/24/2008
 
Point of Contact
Twana E. Harper, 703-695-0935
 
E-Mail Address
Email your questions to Contracting Center of Excellence, Army Contracting Agency (ACA)
(harpete@hqda.army.mil)
 
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 The Assistant G-1 of the Army of Civilian Personnel and the Director of Manpower, intends to procure Workforce Analysis Support System (WASS) and Civilian Forecast System (C IVFORS) modeling and support services 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 NA ICS code 541511 with a size standard of $23M are encouraged to submit their capability packages outlining their experience in response to the following key questions: 1. What level of experience do you have in forecasting and modeling? Explain the methodologies you use, the population sizes you have generated forecasts for, the number of dimensions in your models, the accuracy and validity of your forecasting models, and the technologies you have used to generate and provide forecasting system capab ilities globally. 2. What level of experience do you have in analyses and analysis technologies that offer simple to sophisticated analytic capabilities? 3. What level experience do you have in the use of web-based technologies in the areas of ana lysis and forecasting? 4. What kinds of quality control procedures have you developed and implemented in order to ensure that generated forecasts are valid and reliable? 5. What level of experience do you have in operations research and analytic techniques as applied to human resource management? Describe specifically the number of years, the work completed, technologies used, the customers serviced, and the outcomes to include successes and failures. The capability statements shal l not exceed 20 pages in total. 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 submitted by 10:00am EST on 24 Jan 20 07, 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 busines ses 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 maintain ing 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 Mrs. Twana Harper e-ma il: twana.harper@hqda.army.mil. A Time & Material Indefinite Delivery, Indefinite Quantity type contract is anticipated. The period of performance will be for one (1) base year with four (4) twelve (12) month option periods. The place of performance wil l be at the contractor facility. Contractor personnel will not require a secret or top secret clearance. A written Request for Proposal (RFP) will be posted on or about 07 Feb 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http:/ /cce.hqda.pentagon.mil/RFP/RFP-1.asp, select the desired RFP then 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 ema il to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packa ges. POC is Ms. Twana Harper, Contract Specialist at (703) 695-0935; e-mail: twana.harper@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
 
Record
SN01479743-W 20080107/080105223157 (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.