SOURCES SOUGHT
B -- Northern Region Contracting Center, Mission Support Division, Fort Leavenworth, KS, seeking GSA schedule contractors to support Combined Arms Center(CAC) G-8's Modularity Combined Collection Team(CCT)/Forward Experimentation Project Team (FEPT) .
- Notice Date
- 2/3/2005
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- ACA, NRCC, Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF4-05-T-0002
- Response Due
- 2/14/2005
- Archive Date
- 4/15/2005
- Small Business Set-Aside
- N/A
- Description
- The Northern Region Contracting Center, Mission Support Division, Fort Leavenworth, KS, is seeking sources among GSA schedule contractors. The service requested is support to Combined Arms Center (CAC) G-8 for their Modularity Combined Collection Te am (CCT) / Forward Experimentation Project Team (FEPT) mission. The contractor shall provide support for CAC G-8 coordination, integration and synchronizing of feasible Future Force capabilities to satisfy critical operational needs and test compelling te chnology. The tasks are military exercise, data collection and analysis related in the area of doctrine, organization, training, materiel, leadership, personnel, and facilities (DOTMLPF) functions of the modular force. Tasks include analysis, recommending, implementing and reporting on approved CCT/FEPT related projects. Manage Contractors staff and responsibilities relative to the CCT / FEPT organization and functions, which the planning, coordination, informal / for mal collection, review and analysis process of in the field observation / collection. Attend and participate Integration Coordination Teams (ICTs) and scheduled events including Combined Training Center (CTC) rotations, Rock Drills; Analysis Wargames; Modularity Conferences; and Modularity VTCs and teleconferences. Provide subject matter experts (SME) associated with modularity issues. All interested contractors must address in their proposal (when requested) all areas of their expertise listed in this requirement. The contractors personnel team shall have expertise as indicated below: SMEs with specific levels of military and/or acade mic education and operations, logistics, technical, or administrative experience demonstrating the ability to organize and conduct complex military research / analysis and related administrative support tasks. Demonstrated in-depth working knowledge of Ar my transformation with an emphasis on the evolution to modular units of operation; a working knowledge in Corps and Division operations; extensive experience in U.S. Army and Joint operations; a working knowledge of TRADOC and associated subordinate operat ions, knowledge of the operational and tactical levels of war, the Blueprint of the Battlefield, Battlefield Operating Systems, and the Universal Joint Task List; working knowledge and experience in Microsoft 2000 office products. Primary worksite locatio ns are Fort Monroe, VA (Administration Cell); Fort Leavenworth, KS (TRAC Analysis Team and CAC G-8 Representative); and contractor determined for remaining members of the collection team. Each contractor employee shall sign a Non-disclosure Statement and be available on site NLT 1 April 2005. This is a continuation of an on-going requirement currently under contract with SYColeman to perform similar tasks. The complete requirements will be included in the Statement of Work (SOW) issued with the Request for Proposal, which will be provided to a ll qualified respondents. The Federal Supply Classification (FSC) code for this project is B599, NAICS code is 541690, and SIC code is 8748. The contractor shall provide management and daily oversight of their SMEs and personnel in support of CAC G-8s CC T / FEPT requirements. All responses will be considered and must include proof of the ability to provide SME support to CAC G-8 including performance information and references on the contractors abilities. The response should also provide GSA schedule information, contract lab or categories and rates for this service. All responses must include company name, address, POC, phone number, fax number, email address, business size, taxpayer identification number, DUNS number and CAGE code. All contractors must be registered in the Central Contractor Registration at http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. All responses must be received no later than 4:00 p.m. CST, on 14 FEB 05. All appropriately supported responses will be provided the RFP and SOW fo r preparation and submission of a proposal.
- Place of Performance
- Address: ACA, NRCC, Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
- Zip Code: 66027-1417
- Country: US
- Zip Code: 66027-1417
- Record
- SN00745197-W 20050205/050203212100 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |