Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2009 FBO #2725
SOURCES SOUGHT

R -- The US Army Contracting Center of Excellence, Army Contracting Agency (ACA)intends to procure Off-Road and Urban Driving Training Services for the US Military Observer Group Washington - This is a reissued synopsis.

Notice Date
5/11/2009
 
Notice Type
Synopsis
 
NAICS
611692 — Automobile Driving Schools
 
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
 
Solicitation Number
W91WAW-09-R-00701
 
Response Due
5/15/2009
 
Archive Date
7/14/2009
 
Point of Contact
Linda Jackson, 703-428-0165
 
Small Business Set-Aside
Total HUB-Zone
 
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 Contracting Agency, Contracting Center of Excellence (CCE) at the Hoffman Building II, on behalf of Headquarters Department of the Army, U.S. Military Observer Group Washington, intends to procure Off-Road and Urban Driver Training services using a Hub Zone certified small business set-aside, service disabled veteran owned set-aside, small business set-aside, or under full and open procedures. The capability package for this sources sought market survey is not expected to be a proposal, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a Hub Zone, service disabled veteran owned business, or small business concern in NAICS code 611692 with a size standard of 7M are encouraged to submit their capability packages. Capability packages must not exceed 10 pages in length and must be submitted electronically. IMPORTANT NOTE: This is a reissued Sources Sought which was synopsized originally on 23 April 2009 as 100% Small Business under solicitation number W91WAW-09-R-0070, this same requirement is now reissued as 100% Hub Zone certified small business,service disabled veteran owned set-aside, small business set-aside or full and open if none of the aforementioned are received. Small businesses are to outline their experiences in the following area: Off-Road and Urban Driver Training experience. Areas or tasks where a contractor does not have prior experience should be annotated as such. NOTE: The following questions must be answered and elaborated on as part of the capability package: (1) Describe the training that your company has conducted within the past 36 months that relates to Off-Road and Urban Driver Training. (2) What experience does your company have in conducting off-Road and Urban Driver Training?. In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of $10,500 per month? (2) Past Performance-Does your firm have the relevant past performance within the last three years (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed)? If at least two responsible hub zones certified 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 15 May 2009, 1:00 PM, EST, the requirement will be solicited as a 100% set-aside for Hub Zone certified small business concerns. If two or more Hub Zone certified small businesses are not found capable and there are at least two or more service disabled veteran owned businesses that are found capable, this requirement will be solicited as a 100% set-aside for service disabled veteran owned business concerns. If there are not at least two or more of the aforementioned categories found capable, but there are at least two small businesses that are found capable, this 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. 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 (insert name of the POC). A Firm Fixed Price type contract is anticipated. The anticipated period of performance will be 1 June 2009 thru 30 September 2009 with a Base Year and Four (4) twelve-month Option Periods. The place of performance will be Contractors facilities. Contractor personnel will not require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 18 May 09 The RFP must be retrieved and downloaded from CCEs homepage at: https://acquisition.army.mil/asfi/ 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. 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 Linda Jackson Contract Specialist, at email address: Linda.Jackson6@conus.army.mil, or Contracting Officer, Mr. Carl V.Campbell, at phone number 703-428-0164. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-09-R-00701/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 200 Hoffman Building II, Room 11S67 Alexandria VA
Zip Code: 22331
Country: US
 
Record
SN01813874-F 20090513/090511233021 (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.