MODIFICATION
R -- PM-CCS Program Support Services
- Notice Date
- 7/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, ATTN: AMSTA-AQ-AP, Building 9, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-12-R-B029
- Response Due
- 9/21/2012
- Archive Date
- 11/20/2012
- Point of Contact
- Jason Kenlan, 973-724-9857
- E-Mail Address
-
ACC - New Jersey
(jason.kenlan@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Office of the Project Manager - Close Combat Systems (PM-CCS), intends to issue a Solicitation for the procurement of Program Support Services. The requirement consists of Program Management, Information Technology, and Administrative support services in order to assist PM-CCS with Program Executive Officer (PEO) Ammunition assigned programs. These programs include, but are not limited to, the following product lines: Networked Munitions/Legacy Mines, Countermine Systems, Demolitions, Grenades and Non-Lethal Ammunition, Pyrotechnics, Shoulder Launched Munitions, Improvised Explosive Device (IED) - Defeat, and Non-Lethal Systems and Munitions (Protect Force). The potential locations for contract performance include, but are not limited to, the contractor's location and the following Government locations: Picatinny Arsenal, NJ, Arlington, VA, Fort Belvoir, VA, Fort Monroe, VA, Fort Lee, VA, Fort Benning, GA, Orlando, FL, Fort Bragg, NC, Fort Carson, CO, Mesa, AZ, Warren, MI, Aberdeen, MD, Indianhead, MD, Fort Leonard Wood, MO, and Washington DC. Contractor personnel will work closely with PM-CCS Project Managers (PMs), Product Directors (PDs), and PM-CCS Management providing support in three functional areas. Knowledge, Skills, and Abilities (KSAs) are required for each of the functional areas as detailed below: Program Management: Support strategic planning, analysis, technology integration, and manage resources for PM-CCS programs. Support PM-CCS programs with the reporting and compliance requirements of PEO Ammo. Assist the preparation and review of program life cycle documentation and documentation for Milestone and In-Process Reviews (IPR) as required by PM-CCS. Support for business management information and reporting for Program Budget Execution (PBE) to PEO Ammo. Analyze significant program data as determined by PM-CCS. Assist with engineering analysis, tests, and trade studies to review Analysis of Alternatives, Requirements, Test & Evaluation Master Plan, and threat documents. Assist independent technical and programmatic analyses as required by PM-CCS. Support the planning, scheduling, coordination, and execution of test activities. Schedule and coordinate meetings as required by the Project Management Office (PMO). Provide program information to Training and Doctrine Command (TRADOC) and Department of Army (DA) agencies. Administrative Support: Support PM-CCS with briefing presentations, displays, exhibits, brochures, symposia, ceremonies, and conferences. Assist PM-CCS staff with scheduling appointments, and arranging conferences and meetings. Provide routine administrative and clerical assistance, including but not limited to, guidance for office procedures, preparation of internal forms, correspondence, and reports, and assistance with travel arrangements. Information Technology: Support system administration, training requirements, and database maintenance, backups, and reports. Provide PM-CCS web site and Staff Calendar maintenance. Assist the development and maintenance of the existing Management Information System (MIS) and Oracle Collaboration Suite used by PM-CCS. It is the Government's intention to solicit this requirement as a 100% 8(a) Small Business Set-Aside, competitive acquisition. The Government intends to fulfill this requirement via a single Five (5)-year Firm Fixed Price (FFP) Indefinite Delivery, Indefinite Quantity (IDIQ) contract to be awarded on a Best Value Basis with subsequent task orders awarded for specific requirements. It is anticipated that this Solicitation will be posted to the Army Single Face to Industry website https://acquisition.army.mil/asfi/default.cfm and FedBizOpps https://www.fbo.gov/ on or about 21 August 2012. The deadline for all proposals will be 30 days after issuance of the Solicitation. THIS NOTICE DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP). Responses to this announcement are not proposals and cannot be accepted by the Government to form a binding contract. This is not a guarantee of a future RFP or an award. This notice should not be construed as a commitment of any kind by the U.S. Government. The primary Point of Contact (POC) for this action is Mr. Jason Kenlan, Contract Specialist, ACC-NJ-CC, Jason.Kenlan@us.army.mil. The alternate POC is Mrs. Tiffany Nosti, Contract Specialist, ACC-NJ-CC, Tiffany.N.Nosti@us.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/32631a9b3864f1f5c3a90731a7f5b8ba)
- Record
- SN02808554-W 20120721/120720000052-32631a9b3864f1f5c3a90731a7f5b8ba (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 |