SOURCES SOUGHT
D -- COMBINED SOURCES SOUGHT SYNOPSIS: ARMY EQUIPPING ENTERPRISE SYSTEM (AE2S)
- Notice Date
- 9/6/2007
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design 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-R-0094
- Response Due
- 9/14/2007
- Archive Date
- 11/13/2007
- Small Business Set-Aside
- N/A
- Description
- This is a combined sources sought/synopsis issued by The Army Contracting Agency (ACA)/Contracting Center of Excellence (CCE) at the Pentagon, seeking all potential small businesses to provide the Headquarters Department of the Army, G8, Force Develo pment with support for the operation, maintenance and integration of three decision support systems, entitled as the Army Equipping Enterprise System (AE2S): 1) the Army Flow Model (AFM), Force Development Investment Information System (FDIIS), and Contin uous Early Validation (CEaVa) system. This notice is open ONLY to all certified and qualified small businesses with the NAICS code 541512 and a size standard of $23.0 million. A cost-plus fixed-fee contract with a period of performance for a base year and four (4) option years is anticipated for the AE2S effort. (Base Year: 16 JAN 2008 to 15 JAN 2009, Option Year I: 16 JAN 09 15 JAN 10, Option Year II: 16 JAN 10 15 JAN 11, Option Year III: 16 JAN 11 15 JAN 12, Option Year IV: 16 JAN 12 15 JAN 13). The place of performance will be at the Pentagon/Taylor Building in Crystal City, Virginia and will require Contractor personnel to have a Secret clearance. Interested small businesses are encouraged to submit their capability packages detailing their experience in the tasks under the Performance Work Statement (provided in a separate attachment) and answering the following questions: (1) How would the offeror maintain stability and continuity in its workforce during performance of the contract? (2) Has the offeror ever had a Department of Defense contract requiring over 30 full-time team members? a. If so, answer the following: " How large was the team? " What was the total value of the contract? " How large was the customer organization? (3) Generally, how does the offerors team of personnel demonstrate knowledge and experience to work on-site with the Department of the Army staff? (4) Specifically, has the offeror performed any Department of the Army contracts as a prime contractor for a requirement similar to the AE2S effort? If so, please provide the contract number and amount. (5) How does the offeror demonstrate knowledge and experience in the following areas: a. large logistical life-cycle data management support b. Configuration Control Board c. Training d. Conducting assessments or studies for the Department of the Army to include cost analysis, requirements determination (Joint Capabilities Integration Development System), Army G-6 information technology documentation and operating requirements and user level/human interface assessment? e. How does the offeror demonstrate knowledge of Army Transformation, especially Army Force Structure and the Program Objective Memorandum process? All capability statements must be submitted by 14 SEP 07 at 4:00PM EST to Patrice Hargrove at patrice.hargrove@hqda.army.mil. Please limit the length of packages to ten (10) pages; packages over 10 pages will not be evaluated. Also, provide your company s name, point of contact (POC), contact information (company and email address, and phone number), and business size under the above NAICS code to assist us in maintaining a list of interested small businesses for this potential requirement. Based on an evaluation of the capability packages, the Government will be able to determine if at least two responsible small business concerns are capable of performing this requirement. If so, the requirement will be solicited as a 100% set-aside for sm all business concerns. If capability packages are not received from at least two responsible small business concerns by the response date, or if the Government determines that no small businesses are capable of performing this requirement, this requiremen t will be solicited under full and open procedures. NOTE: This notice is for information and planning purposes only and is not to be construed as a commitment by t he Government (a contract may not be awarded as a result of this combined sources sought/synopsis). No other synopsis will be posted for this requirement. However, a written Request for Proposal (RFP) is anticipated to be posted on or about 19 October 20 07. The RFP would be accessible through FedBizOpps website (www.fedbizopps.gov) under the number W91WAW-07-R-0094. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Also, the RFP will include a deadline for questions that must be submitted sooner than the deadline and would only be accepted in writing (via email) to the POC identified below. No solicitation mailing list will be compiled. Vendors are responsible for all costs for producing and mailing their proposals. The POC for this notice is Patrice Hargrove, Contract Specialist, at (703) 695-4858 or patrice.hargrove@hqda.army.mil or LTC Kelvin Robinson, Contracting Officer, at (703) 697-5900 or kelvin.robinson@hqda.army.mil.
- Place of Performance
- Address: Pentagon TBD Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN01397313-W 20070908/070906221723 (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 |