Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 19, 2002 FBO #0321
SOLICITATION NOTICE

R -- MANAGEMENT AND SPECIAL STUDIES SUPPORT

Notice Date
10/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
 
ZIP Code
92152-5001
 
Solicitation Number
N66001-03-Q-3253
 
Archive Date
11/30/2002
 
Point of Contact
Point of Contact - Gina Goodman, Contract Specialist, 619-553-5208
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation prepared in accordance with FAR Part 13, Simplified Acquisition Procedures. The Government intends to award, on a Sole Source basis, Hop Porter for Management and Special Studies Support in accordance with below Statement of Work. Management and Special Studies Support for Material Establishment/Acquisition Process Review. 1.0. SCOPE. This statement of work (SOW) defines the specific management and special studies support required from the former Deputy Executive Director for Corporate Operations, SSC SD. This support will be considered complete when the Center's Executive Board and/or the current Executive Director or Deputy Executive Director for Corporate Operations have reviewed and accepted the product/s provided. 2.0. TECHNICAL REQUIREMENTS. 2.1 The contractor shall provide input to SSC SD senior management in working special business projects and/or conducting special management studies. This support may include effort in any number of subject areas to include (as a minimum) general finance, A-11 budget development, human resources support, production and dissemination of technical information, scientist and engineer recruitment, and Center strategic planning. The contractor shall execute his assigned tasks through extensive discussions with key personnel throughout the organization, and will make regular reports to the Executive Director and/or the Deputy Executive Director for Corporate Operations. To the extent meetings and working groups are necessary to collect data and/or resolve conflicts and inconsistencies in data, the contractor shall work to engage the necessary resources. All data generated is on government computers with government access. 2.2 The contractor shall assist the Center in performing the required analysis of the effectiveness and efficiency of the material establishment/acquisition process. This task is in support of the recently awarded Navy contract to Booz-Allen and Hamilton. This examination will focus on both in-house efforts as well as contracted activities of SPAWAR, other SYSCOMS and their affiliated Program Executive Offices, Direct Reporting Program Manager offices, Warfare/RDT&E Centers and Depots. In this tasking, all efforts must be categorized into functional areas. A critical component of this examination is to identify and characterize SPAWAR's civilian, military and contractor workforce. The contractor will work with designated SSC SD employees as a primary participant on the Warfare and Systems Centers Diagnostic Team to develop and validate a solid, integrated and quantitative baseline understanding of the current material establishment/acquisition process. This will entail collection of resource information; identification of current Center capabilities, new capability thrust areas and new development areas, strategic plans by function and location, and a summarization of other relevant initiatives currently underway. 3.0 PERIOD OF PERFORMANCE. Twelve (12) months from date of award. 4.0 PLACE OF PERFORMANCE. The contractor shall work on-site at SPAWAR Systems Center, San Diego, and at various temporary duty locations elsewhere in the United States. 5.0 TRAVEL. Estimated travel is as follows: 10 trips, 1 person, 7 days, San Diego, CA to Washington, D.C. and return. 6.0 SECURITY. Unclassified. 7.0 INSPECTION AND ACCEPTANCE. Inspection and acceptance of contractor services shall be performed by the technical point of contact: Dick Johnson (dick.johnson@navy.mil), 20202, Tele: (619) 553-3090. The full text of the FAR and DFARS can be accessed at http://farsite.hill.af.mil/. The applicable NAICS Code is 541330 and size standard is $23.0. Direct procurement questions via e-mail and include solicitation number to gina.bennett@navy.mil. Technical questions may be emailed up to three (3) business days prior to the closing date of this announcement. Numbered Note 22 applies. Central Contractor Registration (CCR) is required for all contractors doing business with DOD. Information to register to CCR can be found at http://www.ccr.gov/. This solicitation is also posted at SPAWARSYSCEN San Diego's E-Commerce Central website at: https://e-commerce.spawar.navy.mil/.
 
Web Link
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=8FE20C53D876FC7C88256C55007B3475&editflag=0)
 
Record
SN00189726-W 20021019/021017213556 (fbodaily.com)
 
Source
FedBizOpps.gov 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.