Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2009 FBO #2932
SOLICITATION NOTICE

99 -- Army Registry Transcript System (AARTS) Requirement (Sources Sought)

Notice Date
12/2/2009
 
Notice Type
Presolicitation
 
NAICS
611710 — Educational Support 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
W91WAW-10-R-0016
 
Response Due
12/14/2009
 
Archive Date
2/12/2010
 
Point of Contact
Regina Y. Foston, 703-428-0425
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(fostonr@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement 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 sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of the U.S. Army Human Resources Command (HRC), The Adjutant General Directorate (TAGD), and the Army Continuing Education System (ACES), intends to procure contractors to evaluate transcripts of Soldiers and Veterans of the Army, Army National Guard, and the U.S. Army Reserve detailing their respective military training as well as job related Military Occupational Services (MOS) and experiences using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 12:00 PM EST, 14 December 2009, 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 are to submit capability packages. Interested small business concerns in NAICS code 611710 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 draft Performance Work Statement (PWS). Capability packages must not exceed 10 pages and must be submitted electronically. All contractor questions must be submitted no later than 12:00 PM EST, 9 December 2009. Small business concerns are to outline their experiences. Areas or tasks where a contractor does not have prior experience should be annotated as such. Please see the following questions: a.What experience does your company have with providing college credit recommendations for Soldiers training, Military Occupational Specialities (MOSs) and college testing results; use of extensible Markup Language (XML); comparing of Army Programs of Instruction (POI) numbers and those used by the Army Training Requirements and Reservation System (ATRRS) or performing similar-or-like work? b.How can your company guarantee that the labor categories will be in place upon contract award? c.How can your company maintain a fully-trained staff? Please describe how your company trains and validates the training of its employees and how your company retains its trained employees. d.What is your companys capability to provide short-notice temporary surge support if required? Please describe your surge plan. e.What is your companys management process and oversight plan for employees? f.What is your companys general physical security plan and what will your company bring to the mission to ensure the safeguarding of information, equipment, materials, and supplies as mandated? In addition, the following questions must be answered and elaborated on as part of the package: (1) 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 contacts, and a brief description of the work performed.) (2) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work in the PWS (DRAFT)? 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 Ms. Regina Y. Foston for this procurement. A Firm-Fixed-Price (FFP) contract is anticipated. The anticipated period of performance will be for one (1) base year and four (4) option years. The place of performance will be at the Contractors site. Contractor personnel will not require a current secret clearance. However, all Contractors performing under the PWS are required to agree and complete a National Agency Check (NAC) to verify the identity of the individual applying for clearance. A written Request for Proposal (RFP) will be posted on or about 30 December 2009. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil/rfp/rfp_1.asp. 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 Ms. Regina Y. Foston (Contract Specialist) at FostonR@conus.army.mil or Mr. Rodney C. Cameron (Contracting Officer) at rodney.cameron2@us.army.mil. Telephone inquires will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/85e7196438583fdd63435987887096cc)
 
Record
SN02015092-W 20091204/091203000048-85e7196438583fdd63435987887096cc (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.