SOURCES SOUGHT
R -- Job Task Analysis - Attachment 1 - PWS
- Notice Date
- 3/8/2010
- Notice Type
- Sources Sought
- NAICS
- 541720
— Research and Development in the Social Sciences and Humanities
- Contracting Office
- Other Defense Agencies, Washington Headquarters Services, WHS/A&PO - Kent Street, 1777 Kent Street, Arlington, Virginia, 22209, United States
- ZIP Code
- 22209
- Solicitation Number
- PFPA0308101120
- Archive Date
- 3/30/2010
- Point of Contact
- Paul Martin, Phone: 7035880165
- E-Mail Address
-
paul.martin.ctr@whs.mil
(paul.martin.ctr@whs.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS for Job Task Analysis This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Defense (DoD), Washington Headquarters Services (WHS), Acquisition and Procurement Office (A&PO) is issuing this notice to obtain information to assist in determining the appropriate acquisition method and contract type to procure job task analysis services which will form the basis for formal position descriptions, job announcements and promotion criteria, plus designing and validating training programs, medical standards and physical fitness tests for selected categories of personnel. This effort will entail the collection of all information and data associated with the development of a comprehensive Mission Essential Task List (METL) or Job Tasks Analysis (JTA) for each of the job series within the Pentagon Force Protection Agency's Directorate. To this end, this office is seeking information regarding the availability, capability and capacity of qualified small business concerns (in all socio-economic categories) under the North American Industry Classification System (NAICS) code 541720 – Business Research and Development Services – with a size standard of $7.0 million. INFORMATION SUBMISSION INSTRUCTIONS: Interested contractors should submit a tailored capability statement for this requirement not to exceed seven (7) single-sided pages including all attachments, charts, etc. (single spaced, 11 point font minimum) that clearly details the firm’s ability to perform the aspects of the notice described above and in the draft Performance Work Statement (PWS). Tailored capability statements shall also include an indication of current small business status. This indication should be clearly marked on the first page of the capability statement (preferably placed under the eligible small business concern’s name and address) as well as the eligible small business concern’s name, point of contact, address and Cage Code. Tailored capability statements are to demonstrate a clear understanding of all tasks specified in the draft PWS. Tailored capability statements for this requirement shall address the following areas: • Specific and relevant experience and expertise to perform the requirements; • Ability to perform the requirements at an acceptable level of quality within cost, schedule, and performance metrics; • Demonstrated understanding of requirement; • Your level of interest in this requirement (e.g., as a prime, subcontractor, or joint venture partner). DUE DATE/TIME: Responses are due no later than 2:00 PM EST on 15 March 2010. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. DISCLAIMER: This Sources Sought is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in this response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any concern responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the concern’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The Government will NOT accept requests for meetings or briefings. No phone solicitations or email with regards to the status of the Request for Proposal (RFP) will be accepted prior to its release. Information and materials submitted in response to this notice will not be returned. A determination by the Government not to compete this requirement as a set-aside based upon responses to this notice is solely within the discretion of the Government. Interested parties are expected to review this notice and the draft document to familiarize themselves with the requirements of this project. Failure to do so will be at the firm’s own risk. The Government does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. ATTACHMENTS: Draft Performance Work Statement (PWS) POINTS OF CONTACT: Paul Martin, Contract Specialist (703) 588-0165 / paul.martin.ctr@whs.mil Sherry Freeman, Director, Small Business Programs Phone 703-696-3964 / Email: sherry.freeman@whs.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/WHSAPO/PFPA0308101120/listing.html)
- Record
- SN02085992-W 20100310/100308234819-57d0a73f0e1944b0cfb942ed77a096e0 (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 |