SOURCES SOUGHT
R -- Red Team
- Notice Date
- 4/8/2008
- 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-08-T-0063
- Response Due
- 4/11/2008
- Archive Date
- 6/10/2008
- Point of Contact
- Peggy Pennie, 703-697-0801
- Small Business Set-Aside
- Total Small Business
- Description
- This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contracting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the Joint Chiefs of Staff, J-7 JETCD, intends to procure Contracted Advisory and Assistance Service (CAAS) to support the Office of the Secretary of Defense (OSD) Red Team in providing the ODS, Joint Requirements Oversight Counsel (JROC), Functional Capabilities Board (FCBs), Combatant Commands (COCOMs) and the Services, key research, analysis, and recommendations to develop robust and resilient concepts for joint Operationsin the future. All on-site contractor personnel shall possess a current Secret clearance. Contractors personnel clearances must be verifiable within the Joint Personnel Adjudication System. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541611 with a size standard of $6.5 Million are encouraged to submit their capability packages outlining their experience in the following key areas or tasks. A draft Performance Work Statement (PWS) for support to the Red Team is located on the CCE website at: http://cce.hqda.pentagon.mil click on RFPS; select W91WAW-08-T-0063 and click on the Process button. Respondents must also answer the following questions in their capability statements to be considered: 1. How would the contractor access and leverage expert advice from high-level participants with senior, two, three, four-star, former ambassador experience to generate unassailable, respected assessments and alternative ideas? 2. How would the contractor access and enable senior mentoring personnel beyond their own internal organization who can provide expert, world class international security expertise that will withstand scrutiny and receive instant credibility at the senior levels (OSD, JCS, JROC? 3. What capabilities (e.g., seminars) would the contractor employ to elicit senior, experienced participant inputs to provide ongoing feedback, assessments and mentoring of Joint Concept Development? 4. If the contractor has performed any such related tasks in the past leveraging senior participants, can they provide past performance reference contract numbers and technical points of contact for those receiving the deliverables? If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 2:00 PM EST, 11 April 2008, the requirement will be solicited as a 100% set-aside for small 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 based upon an evaluation of the capability packages submitted this requirement will be solicited under full and open procedures. Respondents will not be notified of the results. Questions are to be submitted by 11:30 AM EST, 07 April 2008. No other synopsis willbe posted for this requirement. A Firm Fixed Price contract is anticipated. The period of performance will be a 12 month base period plus two option years. The place of performance will be the Pentagon. Contractor personnel will require a current secret clearance. A written Request for Proposal (RFP) will be posted on or about 30 April 20008. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil click on RFPS; select the desired RFP and click on the Process button. No hard copies of the RFP will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Peggy Y. Pennie, Contract Specialist at Peggy.Pennie@hqda.army.mil or Roland Thomas, Contracting Officer, at Roland.Thomas@hqda.army.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2a757bf76203152e9edd19b716386f66&tab=core&_cview=1)
- Place of Performance
- Address: The Joint Chiefs of Staff The Pentagon Washington DC
- Zip Code: 20318
- Zip Code: 20318
- Record
- SN01550147-W 20080410/080408223637-2a757bf76203152e9edd19b716386f66 (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 |