SOURCES SOUGHT
R -- SOURCES SOUGHT - U.S. ARMY CONTRACTING CENTER OF EXCELLENCE ON-SITE CONTRACTING & ADMINISTRATIVE SUPPORT SERVICES
- Notice Date
- 1/2/2009
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- 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
- W91WAW09R0035
- Response Due
- 1/22/2009
- Archive Date
- 3/23/2009
- Point of Contact
- Annette M. Vaughn, 703 693-2140<br />
- Small Business Set-Aside
- N/A
- Description
- 1. This Sources Sought 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 United States Army, Mission and Installation Contracting Command (MICC), Contracting Center of Excellence (CCE) intends to procure on-site Contracting and Administrative Support Services for the CCE as a small business set-aside or under full and open competition procedures. Contractor personnel must be able to meet the criteria for a background investigation and the ability to obtain a Government issued identification badge prior to contract award. The Government anticipates award of multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts with Firm Fixed Price task orders. The anticipated Period of Performance (PoP) will be a 6-month base and two (2) 6-month option periods. The place of performance will be the Contracting Center of Excellence, 200 Stovall Street, 11th Floor, Alexandria, VA 22332. 2. Only small businesses are to submit capability statements. Capability Statements received in response to this Sources Sought are not to be construed as a formal proposal, but rather descriptions of existing small business experience in relation to the areas specified herein. Interested small businesses that are certified and qualified as a small business concern under NAICS code 541611 with a size standard of $7 Million dollars are encouraged to submit a Capability Statement. The Capability Statement shall clearly outline experiences in the key support areas listed herein. Areas where a company does not have prior experience should be annotated as such. Capability Statements shall not exceed ten (10) pages and shall be submitted via e-mail to William Moses, Contracting Officer at william.moses@conus.army.mil and Ms. Pamela Monroe, Associate Director of Small Business at Pamela.Monroe@hqda.us.army.mil. 3. The following is a list of key on-site support required for this anticipated requirement. Contracting Support Services for the CCE: a. Contractor shall demonstrate knowledge of acquisition regulations, policies and guidance to perform pre-award contracting actions. b. Contractor shall plan and participate in Integrated Process Teams (IPT). c. Contractor shall assist in the development of specifications, Statement of Objectives (SOO), Performance Work Statements (PWS), Statements of Work (SOW), Independent Government Cost Estimates (IGCE), and associated documents. d. Contractor shall develop Acquisition Strategies, Acquisition Plans, Source Selection Plans, and Acquisition Milestones and schedules. e. Contractor shall serve as Business Advisor and make recommendations to the Contracting Officer. f. Contractor shall administer and provide contract close-out assistance, draft Task/Delivery Orders, and Blank Purchase Agreements. g. Contractor shall provide general administrative office activities including administration of documentation, filing travel requests/vouchers, file documentation to include filing and dispose of closed files, data entry functions, telecommunications assistance to include setting voicemail, maintain service orders and trouble management for maintenance and repair to phone lines, maintain inventory of active and inactive phone lines, and assist with property management, physical security, maintain emergency evacuation, key control, and manning rosters, and other duties of a non-technical nature. h. Contractor shall provide contract personnel equivalent to the Department of Defense (DoD) Defense Acquisition Workforce Improvement Act (DAWIA) Certification Levels II and III. Contractor shall submit the number of FTEs that he or she feels will complete the requirement (Government estimates: Ten (10) Contract Specialist Level III; Two (2) Contract Specialist Level II; Two (2) Executive Assistants; One (1) Senior Specialist; and One (1) Program Manager). i. Contractor personnel must be able to meet the criteria for a background investigation and the ability to obtain a Government issued identification badge prior to contract award. j. Contractor personnel shall have a working knowledge required to access, operate, and navigate through the following software applications, or web-based services: 1. Federal Procurement Data System-Next Generation (FPDS-NG version 1.2) 2. Windows XP 5.1 3. Microsoft Office applications 4. Adobe Acrobat 6.0 5. World Wide Web (Internet Explorer 6.0) 6. Federal Business Opportunities (FBO) - file://www.fedbizopps.gov 7. Business Partner Network (BPN) online reps. and certs. (ORCA) - file://www.bpn.gov 8. Central Contractor Registration (CCR) - file://www.ccr.gov 9. GSA Advantage - file://www.gsaadvantage.gov 10. AcqNET - file://www.acqnet.gov 11. Excluded Parties Listing System (EPLS) - file://www.epls.gov 12. Past Performance Information Retrieval System (PPIRS) - file://www.ppirs.gov 13. Federal Acquisition Regulation (FAR) file://www.farsite.hill.af.mil file:///\\www.farsite.hill.af.mil 4. In addition to the above, Capability Statement packages shall provide the following information regarding: a. Financial Capability - Does your firm have the financial capability to withstand a negative cash flow of $125,000.00 per month? b. Past Performance - Does your firm have the relevant past performance within the last three years (Include contract vehicle numbers, contract type, dollar value of each contract vehicle, point of contacts, and brief description of the services performed)? c. Corporate Experience - Does your firm have the work experience similar in nature, scope, complexity, and difficulty? d. Demonstrate your start-up capability of providing at least 16 FTEs at time of award. e. Request that contractors outline the skill set that currently resides in your company that matches the anticipated requirements. A summary of the number of years of experience of current personnel and their qualifications is recommended. 5. Capability Statements shall be submitted via e-mail to William Moses, Contracting Officer at william.moses@conus.army.mil and Ms. Pamela Monroe, Associate Director of Small Business at Pamela.Monroe@hqda.us.army.mil no later than 22 January 2009, 10:00 A.M. EST. After evaluation of the Capability Statements, if the Government determines that at least two responsible small business concerns are capable of performing this requirement, the requirement will be solicited as a 100% set-aside for small business concerns. If any capability packages are not received from at least two responsible small business concerns by the response date or if based upon an evaluation of the capability packages, the Government determines that no small businesses are capable of performing this requirement; this requirement will be solicited under full and open competition procedures. Capability Statements shall be submitted via e-mail to William Moses, Contracting Officer at william.moses@conus.army.mil and Ms. Pamela Monroe, Associate Director of Small Business at Pamela.Monroe@hqda.us.army.mil no later than 22 January 2009, 10:00 A.M. EST. No hard copies will be accepted. Please contact the Contracting Officer above to verify that your package has been received.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ddc197d4f93b9c26ee8fb8108ea8eb25&tab=core&_cview=1)
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) 200 Stovall Street, 11th Floor Alexandria VA<br />
- Zip Code: 22332<br />
- Zip Code: 22332<br />
- Record
- SN01726430-W 20090104/090102213651-ddc197d4f93b9c26ee8fb8108ea8eb25 (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 |