Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2007 FBO #1876
SOURCES SOUGHT

R -- JCS J-8 RAMO Acquisition Support

Notice Date
1/13/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-07-T-0025
 
Response Due
1/22/2007
 
Archive Date
3/23/2007
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT - This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought solicitation. The U.S. Army Contracting Agency Contracting Center of Excellence is soliciting information from potential sources and seeking qualified small business sources on behalf of the Joint Chiefs of Staff, to acquire services in support of the Joint Staff J8 Resource and Acquisition Management office (RAMO). All contractor personnel shall possess a current TS Clearance with SCI eligibility based on an SSBI within the last five years. One of the proposed contractors must possess a TS/SCI clearance in order to perform the work associated with T ask 7 in the Performance Work Statement (PWS). A draft PWS and evaluation criteria are located on the CCE website at http://dccw.hqda.pentagon.mil, click on services, open the RFPS link and select the document entitled, W91WAW-07-T-0025. The North Ameri can Industry Classification System (NAICS) Code is 541611 and the small business size standards $6.5 Million. Respondents are requested to submit a Capability Statement that clearly addresses your corporate capabilities to deliver the required services. T he capability statement is not to exceed 20 pages. Respondents must provide a summary of relevant experience and knowledge, which addresses the entire scope of the PWS and demonstrates ability to meet the draft evaluation criteria. The statement must inc lude substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontract, brief description of services, Contracting Officer's Representati ve (COR) name, COR email, and COR telephone. Request corporate information, specify the company name and address, corporate contact points, CAGE code and attach a copy of your current CCR data. Also, advise the Government of pending changes in small bu siness status. The capability statements will be evaluated to determine if at least 2 small businesses are capable of performing the PWS; however, respondents will not be notified of the results. The anticipated period of performance for this requiremen t is a six month base period and two one year options. All data received in response to this Sources Sought solicitation that is marked, as corporate proprietary will be fully protected from release outside the Government. Please do not submit classified material. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. No contract will be awarded as a result of this Sources Sought solicitation. No reimbursement will be made for any c ost associated with providing information in response to this solicitation. All responses must be submitted by email to Mr. edwin Little at edwin.little@hqda.army.mil; no other method of transmittal will be accepted. Large files should be submitted as . pdf or password protected zip files. The incumbent contractor is ICF Consulting Services. Respondents submitting a capability statement must do so by email NLT 4:00 PM January 22, 2007.
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01211664-W 20070115/070114195105 (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.