Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2013 FBO #4200
SPECIAL NOTICE

R -- Request For Information for acquisition planning to support the Office of the Deputy Assistant Secretary of the Army for Cost & Economics (DASA-CE) requirement.

Notice Date
5/23/2013
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRBFMORFI
 
Archive Date
8/21/2013
 
Point of Contact
Ralph F. Kaminski, 410-278-4982
 
E-Mail Address
ACC-APG - Aberdeen Division D
(ralph.f.kaminski.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Estimated Dollar Value: $9.5 million Background: Contract W91WAW-08-D-0017 an Indefinite Delivery/Indefinite Quantity (ID/IQ) Labor-Hour (LH) contract issued to Calibre Systems, Inc. 6354 Walker Lane, Metro Park, Alexandria VA 22310-3252 is in its last option year. The Army is in the planning phase and seeks input from industry to prepare a market research report to finalaize an acquisition strategy. Proposed Type Contract 1: A single Cost-Plus Fixed Fee Term Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. Proposed Type Contract 2: A Firm-Fixed-Price (FFP) if respondents can provide examples of workload factors needed to develop a FFP proposal to deliver defined deliverables exclusive of labor categories and full time equivalent information. Ordering Period: Three-year from date of award. Business Size Standard: The North American Industrial Classification System (NAICS) code is 541611 Administrative Management and General Management Consulting Services. $14 million. Scope: The DASA-CE Mission is to provide the Army decision-makers with cost, performance and economic analysis in the form of expertise, models, data, estimates and analyses at all levels.Contractor to provide consulting services in the concentrated areas of 1) the development of methodologies and databases to estimate the cost of services being provided by Army installations for the purpose of supporting the Planning,Programming, Budgeting, and Execution System (PPBES) process, and 2) updates, analysis, and support of the databases supporting the Civilian Rate Execution (CRE), 3) updates, analysis, and support of the databases supporting the Army Military-Civilian Cost System (AMCOS) and 4) the development and implementation of cost management processes, metrics, measures and models for the United States Army and methods for fully integrating of cost management. Performance Work Statement (PWS): A draft PWS is provided under a separate attachment with this notice under the heading Additional Info. This document provides specific, detailed requirements to fulfill this requirement. Response Instructions: Respondents to this notice shall provide a capability statement limited to ten (10) pages in a Microsoft Word document. The capability statement shall be inclusive of responding to the following questions. 1. Questions relating to the North American Industrial Classification System (NAICS) code 541611. a. Provide your business size for (NAICS) code 541611, socioeconomic status as a small business, or other than small. b. Is another NAICS code more appropriate? Please provide rational for using another NAICS code. 2. What is your firm's intent on this requirement? a. Providing a proposal as a Prime____ b. Subcontracting____ 3. Follow-up to 2 above. What is the interest in teaming arrangements? Please indicate whether the intent is to propose under a teaming arrangement, and identify the teaming partner, its role, and size status under NAICS 541611. 4. If the described requirement were to be issued as a Small Business set aside, please discuss how your firm would be capable of providing a proposal which complies with FAR clause 52.219-14 quote mark Limitations on Subcontracting quote mark in which your firm must do at least 50% of the work? 5. Questions relating to adequate accounting system for a cost type contract. a. Does your firm have an accounting system approved by the DCAA for your firm's Commercial And Government Entity (CAGE) Code? Firms answering no to 5a provide a response to question 5b. b. Could your firm provide the type and version of accounting software used and documentary support called for in Standard Form 1408, Section II, 2a through 2j to the Contracting Officer for evaluation with the Price Analyst to make a determination on the adequacy of the firm's accounting system for this particular effort? A blank copy of a Standard Form 1408 Section II is provided under a separate attachment with this notice under the heading Additional Info. 6. Please provide 3 examples of relevant experience representative of your firm's ability to provide the services cited in the PWS. 7. Provide any addtional information that's relevenat such as Federal Supply Schedule information, etc. 8. Respond electronically to this sources sought notice by sending the 10-page Microsoft word document attached to electronic mail (email) to email address ralph.f.kaminski.civ@mail.mil with a copy to email address donna.j.bader2.civ@mail.mil. Responses are due by 5:00 P.M. (EDT) 7 June 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eca181b9fee4b0e1af7155826c7e4915)
 
Record
SN03070648-W 20130525/130523235506-eca181b9fee4b0e1af7155826c7e4915 (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.