SOLICITATION NOTICE
R -- Notice of Intent to Award a Sole Source Contract - Justification and Approval (J&A)
- Notice Date
- 9/7/2011
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Contracting Center of Excellence (NCR-CC), 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
- ZIP Code
- 22331-1700
- Solicitation Number
- W91WAW-10-D-0069-70-71-72
- Archive Date
- 10/7/2011
- Point of Contact
- Timothy Lower, 703 428 1097
- E-Mail Address
-
Contracting Center of Excellence (NCR-CC)
(troy.lower@conus.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W91WAW-10-D-0069-70-71-72
- Award Date
- 8/2/2010
- Description
- JA The Army Contracting Command National Capital Region (ACC-NCR), on the behalf of the United States (U.S.) Army G-3/5/7 in support of the Army Force Management School ("AFMS"), intends to award four (4) sole source contracts under the authority of 10 U.S.C. 2304(c) (1) or 41 U.S.C 253(c) (1) - FAR 6.302-1 - A limited number of responsible sources and no other supplies or services will satisfy agency requirements. The sole source contracts will be awarded as multiple award, Indefinite-delivery/Indefinite-quantity (ID/IQ), Firm Fixed Price (FFP) follow-on contracts, in which Firm Fixed Price task orders would be issued and funded by each Requiring Activity. Task orders will be with be competed under Fair Opportunity. Funding will be less than NTE $50 million for all task orders awarded. A Justification and Approval for Other Than Full and Open Competition has been prepared. The period of performance shall be a Base Period of sixteen (16) months from time of award. The follow-on contract awards will be made to the following vendors: 1. L-3 Services Inc. (L-3 Services), Doing Business As (DBA): MPRI Division, 1320 Braddock Place, Suite 200, Alexandria, VA 22314-1692. 2. Booz, Allen, Hamilton, Inc. (BAH), 8283 Greensboro Drive, McLean, VA 22102-4904. 3. Calibre Systems, Inc. (Calibre), 6354 Walker Lane, Suite 300, Alexandria, VA 22310-3229. 4. Benchmark International, Inc. (Benchmark), 1421 Jefferson Davis Highway, Suite 50, Arlington, VA 22202-3251. The vendors listed above will provide Force Management Service Support (FMSS). FMSS permits the AFMS and Army G-3 to provide support, to both the Army and DoD organizations, for a spectrum of activities contained within the Force Management Process and the eight organizational cycles contained within the Army Organizational Life Cycle Model (AOLCM). Each requiring activity seeking services under this multiple award ID/IQ contract shall provide the place of performance in each individual task order performance work statement. The contractor may be required to provide services anywhere in the world. On any given task order, the contractor may be required to perform work at a Government location, at its own facility, or a combination of the two. The new contracts will be a follow-on to: 1) Contract Number W91WAW-10-D-0069; 2) Contract Number W91WAW-10-D-0070; 3) Contract Number W91WAW-10-D-0071; and 4) Contract Number W91WAW-10-D-0072, which lapsed on 05 January 2011. In order to perform the FMSS tasks, contractor personnel are required to have an advanced skill identifier or be certified in the Force Management Career Program (CP26). This can only be obtained by senior military or civilian personnel upon completion of required training in Force Management. Each of the ID/IQ contract holders has corporate experience performing Force Management support services. Their Program Managers have 7 to 10 years experience in this area of expertise Their personnel have the required advanced skill identifier or CP26 certification, and years of training and experience in Force Management. Surveillance by the Contracting Officer Representative indicates that the current contractors have successfully performed the required services over the past several months. To maintain program continuity, it is critical to retain personnel with experience, knowledge, and expertise in Force Management. A change in contractors may result in a lack of experienced personnel with the advanced training required for this effort. This could result in unacceptable delays and mission failure. In addition, there would be a learning curve with a new contractor. It is expected that a transition period of 60 to 90 days would be required to ensure that a new contractor would be able to obtain employees with the appropriate training, and for the incumbent contractor to transfer critical knowledge. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit an offer; however, only services meeting NCR's requirements will be considered for award. NCR will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government will not issue a solicitation. Any prospective contractor must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. Information concerning CCR registered requirements may be viewed via the Internet at https/www.ccr.gov or by calling the CCR Registration Center at 1-888-227-2423. Interested parties are encouraged to furnish information. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to James Johnson by email at james.johnson154@us.army.mil, NLT 12 September 2011 at 10:00 AM EST. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fca80275883de1aa34b07232341d548b)
- Record
- SN02565255-W 20110909/110907235342-fca80275883de1aa34b07232341d548b (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 |