Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2010 FBO #3148
SOURCES SOUGHT

R -- Provide Installation Status Report support services

Notice Date
7/6/2010
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Contracting Center of Excellence (NCR-CC), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-10-R-0164
 
Response Due
7/19/2010
 
Archive Date
9/17/2010
 
Point of Contact
LaWanda Stewart, (703) 428-0495
 
E-Mail Address
Contracting Center of Excellence (NCR-CC)
(lipsclr@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought announcement 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 sources sought announcement. The US Army Contracting Command, Contracting Center of Excellence (CCE) at Hoffman II, on behalf of the Office of the Assistant Chief of Staff for Installation Management (OACSIM), intends to procure functional assistance, technical assistance and programming support using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 3:00 PM/EST, 19 July 2010, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541618 with a size standard of $7M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the PWS. Capability packages must not exceed 20 pages and must be submitted electronically. All contractor questions must be submitted no later than 3:00 PM/EST, 12 July 2010. Small business concerns are to outline their experiences in the following 1.What experience does your company have with Army level activities or equivalent in Installation Management, to include Infrastructure, Natural Infrastructure, and Base Support Services? 2.Does your company have functional and technical experience with Army Installation Management systems such as stationing, facilities, real property, and requirements modeling? 3.What experience does your firm have in developing and maintaining databases using direct entry or web-based tools? 4.What amount and type of experience does your company have with providing systems software, data management, training, and customer help-line support of an automated system? 5.What experience does your company have with Army level activities or equivalent in Facility and Service Requirements Determination and Analysis? Areas or tasks where a contractor does not have prior experience should be annotated as such. To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to LaWanda Stewart for this procurement. A firm-fixed price contract is anticipated. The anticipated period of performance will be one (1) Base Year of 12 months and four (4) 12-month option years. The Contractor shall perform the work at a contractor furnished facility, unless otherwise requested from the ISR Program Manager. If the Contractor is requested to work onsite, the work would initially be performed in the OACSIM, DAIM-ODO office which is located at 2511 Jefferson Davis Highway, Arlington, VA 22202. DAIM-ODO is scheduled to relocate to the Pentagon sometime during FY10 and on-site contractors will be required to work off-site after the transition to the Pentagon. Contractor personnel will require a current secret clearance. Based on the capability statements received, a written Request for Proposal (RFP) may or may not be posted on or about 30 August 2010. The RFP must be retrieved and downloaded from the Army Single Face to Industry (ASFI) website, https://acquisition.army.mil/asfi. 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 LaWanda Stewart, email: LaWanda.Stewart@us.army.mil or Phyllis Banks-West, email: Phyllis.m.bankswest@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eca1a215697f5cf915465dec34eb3e12)
 
Place of Performance
Address: Contracting Center of Excellence (NCR-CC) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
 
Record
SN02196791-W 20100708/100706234424-eca1a215697f5cf915465dec34eb3e12 (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.