SPECIAL NOTICE
R -- Subject Matter Analyst f or Force 2025 and Beyond - PWS
- Notice Date
- 9/23/2015
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, Virginia, 23604-5538, United States
- ZIP Code
- 23604-5538
- Solicitation Number
- 0010765825
- Archive Date
- 10/13/2015
- Point of Contact
- Hope N. Woods, Phone: 7575018126
- E-Mail Address
-
hope.n.woods.civ@mail.mil
(hope.n.woods.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Force 2025 and Beyond Subject Matter Analyst PWS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a follow on contract for a Force 2025 and Beyond Senior Project Analyst on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source firm fix price contract to Patuxent Partnership for a Force 2025 and Beyond Senior Project Analyst. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements). The contractor shall utilize its Force 2025 and Beyond progressive innovation subject matter expertise and its existing information base to assess courses of action in response to a variety of operational requirements and programs, including the Integrated Priority List (RIPL), Operational Need Statements (ONS), Joint Urgent ONS (JUONS), ten-line capability gaps, and Network Integration Evaluation/Army Warfighting Assessment (NIE / AWA) results. Attached is the draft Performance Work Statement (PWS). This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. The NAICS code is 541611 Administrative Management and General Management Consulting Services with the size standard size of $15 million. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 3. Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. All responses must be received via email no later than 700 AM EDT, 28 September 2015. Email responses to Ms. Hope N. Woods, hope.n.woods.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/149a894845285fb019f2863bd0aa4598)
- Place of Performance
- Address: 950 Jefferson Avenue, Fort Eustis, Virginia, 23604, United States
- Zip Code: 23604
- Zip Code: 23604
- Record
- SN03901336-W 20150925/150924000915-149a894845285fb019f2863bd0aa4598 (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 |