SOLICITATION NOTICE
R -- Wheeled and Tracked Vehicle Systems
- Notice Date
- 11/16/2009
- Notice Type
- Presolicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW10R0021
- Response Due
- 12/1/2009
- Archive Date
- 1/30/2010
- Point of Contact
- Nathia Casey, 703-428-0398
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(caseynl@conus.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This combined sources sought/ synoposis announcement issued by the US Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of the Office of the Deputy Assistant Secretary of the Army (Cost & Economics (ODASA-CE)) intends to procure non-personal technical support services in the concentrated areas of cost and economic analysis of major weapon and information management systems programs, associated acquisition, and financial management policies and procedures of the Department of Defense (DoD), using small business set-aside procedures or under full and open competitive procedures. If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses concerns are to submit capability packages by 1 December 2009 at 9:00 AM Eastern Standard Time. NO EXCEPTIONS. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541611 with a size standard of $7.0 Million are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 10 pages in length and must be submitted electronically. Packages over 10 pages will not be evaluated. Responsible Small business concerns are to outline their experiences in the following key areas OR tasks: (1) Development of cost databases, cost estimating relationships (CERs), cost models; (2) Updating and Maintenance of cost databases; (3) Special research to support the estimation of life cycle costs or economic analyses. Areas or tasks where a contractor does not have prior experience should be annotated as such. The following questions must be answered and elaborated on as part of the package: (1) Explain your working knowledge of the Automated Cost Estimating Integrated Tools (ACEIT)? In specific, are you proficient in the ACDB (Automated Cost Database) and COSTAT (Cost Statistical Package) of this tool? (2) Discuss your teams experience in military ground vehicle research? (3) Explain your teams familiarity with Army or equivalent equipment ground vehicle inventory and programs, including vehicle recapitalization and modernization programs? (4) Describe your team. In specific, does your team include engineers with advanced knowledge of ground vehicle, robotic vehicle, and armament technologies (both commercial and military)? (5) What is your teams experience in parametric modeling? (6) Briefly discuss your teams experience in Army or equivalent weapon systems cost estimating including a working knowledge of the Army cost element structure and Military Handbook 881 work breakdown structures? To assist us in maintaining a list of interested small business concerns 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, Ms. Nathia Casey. A Indefinite Delivery/ Indefinite Quantity contract with Firm Fixed Price Task Orders is anticipated. The anticipated period of performance will be a base period of twelve months and two (2) option years and reads as follows: Base Year: 1 February 2010 to 31 January 2011, Option Year I: 1 February 2011 to 31 January 2012, Option Year II: 1 February 2012 to 31 January 2013. The place of performance will be at the contractor facility. The Contractor shall possess and be eligible to receive and maintain a SECRET facility clearance from the Defense Security Service. Contractor personnel will require a current SECRET clearance. A written Request for Proposal (RFP) will be posted on or about 7 December 2009. The RFP must be retrieved and downloaded from the Governments point of entry on FedBizOpps.Gov at 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 Ms. Nathia Casey at 703-428-0398 or Caseynl@conus.army.mil or Mr. Geoffrey Gill at 703-428-0214 or GillGR@conus.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c30197a8f23ea78629c5961865a472a9)
- Place of Performance
- Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Zip Code: 20310-5200
- Record
- SN02004141-W 20091118/091116234606-c30197a8f23ea78629c5961865a472a9 (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 |