Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2008 FBO #2456
SOURCES SOUGHT

99 -- This sources sought is to provide Conservation Services for the Center of Military History.

Notice Date
8/15/2008
 
Notice Type
Sources Sought
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), 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-0105
 
Response Due
8/30/2008
 
Archive Date
10/29/2008
 
Point of Contact
Nashaunte Graham, 703-695-2043<br />
 
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 U.S. Mission and Installation Contracting Command (MICC), Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the U.S. Army Center of Military History, intends to procure Conservation services as a small business set-aside. 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 711510 with a size standard of 6.5 million are encouraged to submit their capability packages outlining their experience in accordance with the key areas or tasks of the attached Performance Work Statement. The following questions must be answered as part of the packages: (1) Technical Approach- Does your firm have the technical approach and understanding required to support the tasks outlined in the PWS? (2) Corporate Experience- Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS? (3) Qualifications and Experience- Does your firm have qualified and experienced personnel to perform all required tasks in accordance with the PWS? (4) Past Performance- Does your firm have the relevant past performance within the last three (3) years that are similar in the scope, and complexity of work in the PWS? (See CCE website http://cce.hqda.pentagon.mil/rfp/rfp_1.asp to download a copy of the PWS). 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 10:00 am eastern standard time on 30 August 2008, 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 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. A Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) is anticipated. The period of performance will be a base year plus four options from the date of award. Work shall be performed at Contractor facility. No clearance, either personnel or facility, is required in accordance with this sources sought. A written Request for Proposal (RFP) will be posted on or about 4 September 2008. The RFP must be retrieved and downloaded from: www.fbo.gov. 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 Nashaunte Graham, Contract Specialist at nashaunte.graham@us.army.mil or Maj Conway Phelps, Contracting Officer, at (703) 695-9428 or conway.phelps@hqda.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0e379649ccf23e30a36b7e1285e8a2b5&tab=core&_cview=1)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
Zip Code: 20310-5200<br />
 
Record
SN01641726-W 20080817/080815223940-0e379649ccf23e30a36b7e1285e8a2b5 (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.