SOURCES SOUGHT
R -- Army National Guard Air and Ground OPTEMPO Financial and Operational Management support.
- Notice Date
- 8/13/2014
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
- ZIP Code
- 22202-3231
- Solicitation Number
- W9133L-14-R-0097
- Response Due
- 8/27/2014
- Archive Date
- 10/12/2014
- Point of Contact
- Luis Aguinaga, 703-604-8674
- E-Mail Address
-
National Guard Bureau, Contracting Support
(luis.f.aguinaga-rosero.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Army National Guard (ARNG) intends to procure Contractor-provided commercial support services for Air and Ground OPTEMPO Financial and Operational Management, Institutional Training Financial and Operational Management, Logistics Operations (LOC) Management, OPTEMPO Information System Management, Future Plans Management, Reconstitution and Modernization Management Costs of ARNG CS/CSS Equipment and Operation of the ARNG RESET Team, Second Destination Transportation (SDT) Management, Executive Administration Management Support Function, Select Commodity Management, Ammunition Requirements Management, Pre-Mobilization Certification of Training Management, Product Control Management, Annual Training Program Management, Assist in the Development of ARNG 350-XX Regulations Support Management. The contract shall cover a period of performance of One Base-Year with Two Options Years. Each position is identified within the performance work statement. The contractor must provide personnel with distinct skill sets that support a wide variety of functional areas to include: Administration management support functions, Aviation and Ground OPTEMPO analysis, Resource management, Logistics policy and procedures, Property accountability, RESET operations, and Certification of training.. The Contractor shall prepare and submit a Performance Metrics and Management Plan (PMMP) as part of the proposal. The PMMP shall include measurable milestones that demonstrate progress towards objective attainment. Proposed milestones must address both administrative requirements such as completion of plans and reports, and milestones that tied to progress towards meeting the objectives. The PMMP shall document how the proposed milestones will be measured and the performance metrics determining milestone success or failure. All Contractor individual(s) supporting the contract must have and maintain the required security clearance level throughout the contract period of performance. Interested parties must be registered in The System for Award Management (SAM) to be eligible to receive a government contract. This acquisition is OPEN for competition among all Businesses utilizing the Lowest Price Technically Acceptable Source Selection Procedures. The applicable North American Industry Classification Systems Code for this effort is 541611. Award will be made on the basis of the lowest evaluated price meeting or exceeding the acceptability standards for non-cost factors. Proposals will first be reviewed to determine the lowest priced offer. An evaluation to determine technical acceptability will then be conducted on that offer. If the first offer evaluated, which is the lowest price offer, is found to be technically acceptable, then an award will be made to that offeror. If that offer is not found to be technically acceptable, evaluations will then continue to the next lowest offer until one is found that is technically acceptable. All Parties interested in this action are invited to access and monitor the FEDBIZUPS site, documents related to this acquisition such as the PWS is available to download. No paper copies of this request will be provided and no mailing list will be maintained because the acquisition will be posted on the above website. Any questions related to this notice and resulting solicitation must be provided in writing. No telephone inquiries will be accepted. No registration is needed for the Vendor to browse for business opportunities. To submit a response the Vendor must provide the CAGE Code and Marketing Partner Identification Number (MPIN). Your company must be registered and current in the System for Award Management (SAM) in order to submit bids/proposals on ASFI. Place of Performance: The work to be performed under this contract is at the Army National Guard Readiness Center (ARNGRC) located in Arlington, Virginia 22204. Contracting Office Address: NGB-ZC-AQ-A 111SOUTH GEORGE MASON DR, BLDG 2, 4TH FLOOR, ARLINGTON VA 22204-1373
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA90/W9133L-14-R-0097/listing.html)
- Place of Performance
- Address: National Guard Bureau, Contracting Support ATTN: NGB-AQ 111 George Mason Drive, AH2 Arlington VA
- Zip Code: 22204-1373
- Zip Code: 22204-1373
- Record
- SN03464647-W 20140815/140814000953-81e5db0abac7ff832a567c24d0d21c2a (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 |