Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2008 FBO #2445
SPECIAL NOTICE

99 -- JCS SJS Editorial and Action Processing Support

Notice Date
8/4/2008
 
Notice Type
Special Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), 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-0125
 
Archive Date
11/2/2008
 
Point of Contact
Edwin Little, 703-692-6084
 
Small Business Set-Aside
N/A
 
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 Joint Chiefs of Staff (JCS), Joint Staff Executive Secretariat's (SJS) Action Division (AD), the Editorial and Action Processing Branch (EAPB) requires technical assistance in the processing of correspondence electronically in Joint Staff Action Processing (JSAP) packages. All on-site contractor personnel shall possess a current Top Secret (TS) clearance based on a Single Scope Background Investigation (SSBI) completed within the last 5 years with Sensitive Compartmented Information (SCI) eligibility. Contractors personnel clearances must be verifiable within the Joint Personnel Adjudication System. The Contractor shall have a Top Secret Facility Clearance (FCL) as verified within the Industrial Facility Security Database (ISFD) at time of award. 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 (not to exceed 15 pages) outlining their experience in the following key areas or tasks. A draft Performance Work Statement (PWS) for support to the C2 Policies is located on the CCE website at: http://cce.hqda.pentagon.mil click on SERVICES then RFPs; select W91WAW-08-T-0125 and click on the Process button. Respondents must also answer the following questions in their capability statements to be considered: 1. In order to realize a return on the Joint Staff's training efforts, can your company provide skilled editors availability for the base period and first option period?; 2. Does your company meet the FCL requirements and be able to provide two editors who each possess a current Top Secret (TS) clearance based on a Single Scope Background Investigation (SSBI) completed within the last 5 years with Sensitive Compartmented Information (SCI) eligibility?; 3. Can your company provide editorial skills commensurate with the skills and qualifications described in the PWS?; and 4. Can your company provide editorial skills outside of the normal business hours as set forth in the PWS? 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, 15 August 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. Questions are to be submitted by 11:30 AM EST, 06 August 2008. No other synopsis will be posted for this requirement. A Firm Fixed Price contract is anticipated. The period of performance will be a 12 month base period plus four option years. The place of performance will be the Pentagon. Contractor personnel will require a current top secret clearance. A written Request for Proposal (RFP) will be posted on or about 25 August 2008. The RFP must be retrieved and downloaded from CCEs homepage at: http://cce.hqda.pentagon.mil click on SERVICES then 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 Mr. Ed Little at edwin.little@hqda.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=09cb3371eed7113b8e0d30320632fb15&tab=core&_cview=1)
 
Record
SN01630797-W 20080806/080804223636-09cb3371eed7113b8e0d30320632fb15 (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.