SOURCES SOUGHT
R -- Force Management Service support (FMSS) for Department of Defense (DoD) agencies and organizations.
- Notice Date
- 2/3/2012
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91WAW-12R-0046
- Response Due
- 2/24/2012
- Archive Date
- 4/24/2012
- Point of Contact
- Ron Wooley, 703-325-2431
- E-Mail Address
-
ITEC4, NCR PARC (NCR-CC)
(ronald.l.wooley2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- W91WAW-12-R-0046 Sources Sought R - Force Management Service Support (FMSS) for Department of Defense (DOD) agencies and organizations. Class Code R- NAICS Code 541611 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 (ACC-NCR) at Hoffman II, on behalf of the Deputy Chief of Staff, G3/5/7, Force Management Directorate, intends to procure personnel, equipment, supplies, tools, materials, supervision and other items and non-personnel services necessary to execute the spectrum of activities of the Force Management process which will require encompassing conceptual development, capabilities requirements generation, Force Development, Organizational Development Force Integration Functions, and Resourcing within DOD 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 Friday 24 February, 2012, no later than 12:00 PM EST, 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 that are qualified as a HUB Zone, or small business concern in NAICS code 541611 with a size standard of $7,000,000.00 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. All contractor questions must be submitted, by e-mail, to ronald.l.wooley2.civ@mail.mil no later than 12:00 PM EST on Friday 10February, 2012.Small business concerns are to address the following questions (Areas or tasks where a contractor does not have prior experience should be annotated as such.): 1. Technical understanding of the work: What degree of understanding do you have with PWS 1.3 Objectives and PWS 5.1.1 - 5.1.15 Specific Tasks. 2. Demonstrate knowledge of PWS 1.3 Objectives and PWS 5.1.1 - 5.1.15 Specific Tasks. 3. Key Personnel: Do the key staff members that would be assigned to this requirement have the academic, functional, technical knowledge and experience directly related to the PWS 5.1.1 - 5.1.15 specific tasks outlined within the PWS? Do you have sufficient resources on hand and available to begin work on the effort? Do you have security clearance? Please demonstrate your key personnel's technical knowledge, experience and understanding of PWS 1.3 Objectives and PWS 5.1.1 - 5.1.15 Specific Tasks. 4. Past Performance: Do you have specific past performance and experience with PWS 1.3 Objectives and PWS 5.1.1 - 5.1.15. Specific Tasks or similar work equivalent to PWS tasks? Elaborate on relevant past performance within the last three years. 5. Corporate Experience: Does your firm have the work experience similar in nature, scope, complexity, and difficulty as the work stated in the PWS? 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 Ron Wooley for this procurement. A multiple award ID/IQ contract is anticipated. The anticipated period of performance will be 6 Jan 2013 through 5 Jan 2014 with two option periods. The place of performance will be the Army Force Management School. A written Request for Proposal (RFP) will be posted on or about 8 May 2012. The RFP must be retrieved and downloaded from Fed Biz Ops at https://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. Capability packages must be submitted by Friday 24 February, 2012, no later than 12:00 PM EST to POC Ron Wooley at ronald.l.wooley2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/8d75138c25de1904f177b42d303b7c07)
- Place of Performance
- Address: ITEC4, NCR PARC (NCR-CC) 200 Stoval Street Alexandria VA
- Zip Code: 22331-0700
- Zip Code: 22331-0700
- Record
- SN02667314-W 20120205/120203234303-8d75138c25de1904f177b42d303b7c07 (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 |