SOURCES SOUGHT
R -- Big Crow Program Management Support (BCPMS) II
- Notice Date
- 8/19/2009
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W9126009R0005
- Response Due
- 9/4/2009
- Archive Date
- 11/3/2009
- Point of Contact
- Karen Davis, 719-554-8879<br />
- E-Mail Address
-
U.S. Army Strategic Command
(karen.davis@smdc-cs.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This is a sources sought synopsis intended to provide market research information for use in developing a solicitation for a follow-on effort for program management support for the Big Crow Program Office (BCPO) at Kirtland AFB, NM. Responses to this announcement will be used to identify interested qualified sources available in the marketplace. The responses to this notice are for Government planning purposes only and shall not be construed as a definitive intent to proceed with this acquisition. Information requested from interested parties is described below. The Big Crow Program Office requires technical, analytical, advisory, management, and security support required to meet the BCPO requirements. This includes program control support, management analysis and advisory assistance support, engineering support, technical review and analysis, financial management, local area network/wide area network (LAN/WAN) administrative support, data review and analysis, graphics design support, logistics management support, and all BCPO security management (i.e., responsible for SCIF, DD 254s, training, etc.) support to meet present and future Research Development Test and Evaluation (RDT&E) requirements. The company must possess a final TOP SECRET Facility Clearance prior to proposal submission and all personnel who will perform the security portion of the requirement must be cleared for SCI/special access prior to the start date for the resultant contract. Interested parties should respond by email to the above points of contact. Responses must include the following: Summarize the companys ability to provide advice, analyses, opinions, and recommendations to support program management and control of cost, schedule, all aspects of security, and technical performance of all program support effort. In addition, explain how the company would maintain manning levels as necessary with qualified and experienced personnel to ensure the performance of the requirements listed above. Provide the current status and level of the companys facility clearance and what employees are cleared for SCI/special access. LIMIT PAGES TO 10. Past performance information - Provide 3-5 references to demonstrate and document the respondents performance on program management support type contracts (Government or Commercial). Include a description of the services provided, the period of performance, the contract number, the name, phone number, address and e-mail of the contracting officer and technical representative. Specifically identify any services that require(d) security clearances. Verify that your company is registered in the Central Contractor Registration (CCR) and provide your cage code number. The Government will evaluate the information provided, use it to document our market research and develop the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work and assure the security performance required by the Government. Place of Performance: Big Crow Program Office, 3710 Trestle Rd. SE, Kirtland AFB NM 87117-5000 The Government currently anticipates a single award to the source that provides the best value by offering the broadest capability best suited to the BCPO RDT&E requirements. The proposed contract type will be Cost-Plus-Fixed-Fee. The period of performance will be a base year with four option periods starting in November 2010. All future communications regarding the RFP will be made through postings to this web site. All interested parties must periodically check the web site for updates.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W9126009R0005/listing.html)
- Place of Performance
- Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
- Zip Code: 80914-4914<br />
- Zip Code: 80914-4914<br />
- Record
- SN01917390-W 20090821/090819235936-045d43ece4d9b16f9cba35c51af96db1 (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 |