Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2010 FBO #3295
SOURCES SOUGHT

R -- Deputy Under Secretary of the Army Business Transformation Test and Evaluation

Notice Date
11/30/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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-11-R-0016
 
Response Due
12/6/2010
 
Archive Date
2/4/2011
 
Point of Contact
Jeannette Jordan, 703-428-0307
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(jeannette.jordan@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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, National Capital Region Contracting Center at Hoffman II, on behalf of Department Under the Secretary of the Army - Business Transformations (DUSA-BT), intends to procure Advisory and Assistance services for Chemical/Biological Defense Program (CBDP) under full and open competitive procedures. All capability packages are due Wednesday, 24 November 2010 NO EXCEPTIONS. If at least two qualified 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 qualified small business concerns. If two or more qualified small business concerns are not found capable, this 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 that are qualified under NAICS code 541330 with a size standard of $4.5M 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 company's existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 30 pages and must be submitted electronically. Small business concerns are to outline their experiences in the following: 1. Provide past performance record demonstrating successful performance of Army/DOD Chemical/Biological Defense support service 2. Demonstrate ability to provide analytical capability/tools, performance assessments, and process improvement recommendations related to: Army/DOD test and evaluation (T&E) policy, procedure and oversight; T&E instrumentation, target and threat simulator programs; T&E documentation development, review/maintenance and oversight; modeling and simulation to enhance test and evaluation; test and evaluation mission area infrastructure planning and resource management; and monitoring other Army and OSD staff processes affecting T&E portfolios. 3. Indicate availability of staffing meeting following minimum standards: Senior Technical Analyst (Key Personnel): Experience in research regarding Test and Evaluation (T&E) service matters and combined doctrine and operations. Is familiar with the operations, liaison and coordination with other Department of Defense (DoD) agencies and defense industries. Serves as subject matter expert for T&E programs and documents. Uses mathematical, statistical, econometric or other scientific methods and techniques in analyzing problems of management and technical nature. Work is checked only to the effectiveness of results obtained, typically requiring a long-term perspective. Has a minimum of 10 years experience working in the Test and Evaluation field. Possesses a Masters Degree. Analyst: Experience in research regarding Test and Evaluation (T&E) service matters and combined doctrine and operations. Is familiar with the operations, liaison and coordination with other Department of Defense (DoD) agencies and defense industries and participates in planning, scheduling, and coordinating selected T&E process phases. Serves as subject matter expert for select T&E programs and related documents. Possesses a solid understanding of T&E and wide experience in the application of technical principles, theories, and concepts in the field related to T&E. Assists in the development of T&E guidance/strategies, technical and operational documents and plans and the implementation of technical and operational activities. Reviews technical products and conducts technical analysis and trade off studies when directed. Has a minimum of five (5) years experience working in the Test and Evaluation field. Possesses a Bachelors Degree. Senior Analyst (Key Personnel): Experience in research regarding Test and Evaluation (T&E) service matters and combined doctrine and operations. Is familiar with Army operations, liaison and coordination with other Department of Defense (DoD) agencies and defense industries. Exhibits an exceptional degree of ingenuity, creativity, and resourcefulness. Provides advice and insight about probable effects and alternative solutions to problems. Often acts independently to uncover and resolve issues associated with the test and evaluation of select programs. Guides the activities of other contract analysts in the analysis of data and information. Uses basic mathematical or other scientific methods and techniques in analyzing problems of T&E management. Work is checked only to the effectiveness of results obtained, typically requiring a long-term perspective. Has a minimum of five (5) years experience working in the Test and Evaluation field. Possesses a Masters Degree or a Bachelor's degree with extensive operational and/or T&E experience. Senior Analyst-Chem Bio - Key personnel. A Bachelor's Degree in an appropriate scientific discipline is required; Master's Degree is preferred. Advise ADUSA(T&E) on CBRND T&E community stakeholder coordination, staffing, and support needs, T&E infrastructure issues and planning. Have at least 10 years of related experience. Position supports ADUSA (T&E) oversight of acquisition programs and T&E infrastructure, and leadership of conferences and working groups. Researches, reviews and assesses T&E and other related documents, develops briefings and info papers; coordinates document approvals across OSD, Services' OTAs, Joint Staff JRO, and Program Managers. Supports establishment of requirements for T&E capabilities and in T&E infrastructure process development and implementation. Senior CBRN Scientist - Key Personnel. A Ph.D. in Science, Engineering, or a related field and 15 years of experience is required or a Masters in Science, Engineering, or a related field and 20 years of experience. Has a minimum of 10 years experience working in the Test and Evaluation field. Background in chemical, biological, radiological, and nuclear defense as well as test and evaluation expertise is required. Provides technical oversight, participates in working groups, and develops necessary documentation in support of the Chemical Biological Defense Program. Supports development of positions on CBRN defense, contamination survivability, installation protection, and stockpile demilitarization. Interfaces effectively with senior level Government officials. Analyst-Chem Bio - Key personnel. A Bachelor's Degree in an appropriate scientific discipline is required; Master's Degree is preferred. Advise ADUSA(T&E) on CBRND T&E methodology and standards, T&E infrastructure issues and planning. Has at least 10 years of related experience. Position supports ADUSA (T&E) oversight of Individual Protection and Collective Protection Programs and related programs assessing T&E documents, advising ADUSA (T&E) staff on T&E events, issues, and infrastructure gaps and investments; coordinating document approvals across OSD, Services' OTAs, Joint Staff JRO, and Program Managers. Supporting establishment of requirements for T&E capabilities and in T&E infrastructure process development and implementation. 4. Outline your Management organizational structure and management processes including staffing, establishment of Plans of Action and Milestones (POA&M), use of Work Breakdown Structures (WBS), cost/performance tracking and status reporting. Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Ashlie Evans for this procurement. A Time and Materials type of contract is anticipated. The anticipated period of performance will be (1) Base Year and two (2) One Year Option periods.. The place of performance will be DUSA Test and Evaluation facility and the Washington National Capital Region. U.S. Army Test and Evaluation Command Headquarters and the Army Evaluation Center, Alexandria, VA; Pentagon, Arlington, VA; Andrews AFB, MD; and various meeting sites hosted by other government agencies or contractors within the greater Washington, DC area. Contractor personnel will require a current top secret clearance. Contractors are responsible for all costs for submitting their capability packages. POC is Ashlie Evans, at ashlie.evans@us.army.mil and Patricia D. Thompson, at patricia.d.thompson@us.army.mil. All Capability packages must be submitted to the POC by 1400hrs/2:00 PM EST on Monday, 6 December 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cfefffa8586d1330066a2271bd0ce368)
 
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
 
Record
SN02335612-W 20101202/101130234311-cfefffa8586d1330066a2271bd0ce368 (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.