SOURCES SOUGHT
R -- Functional and Analytical Support for the Sustainment Battle Laboratory at Fort Lee, VA
- Notice Date
- 5/26/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, General Support Division, ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W26AEH9099FUNC
- Response Due
- 6/10/2009
- Archive Date
- 8/9/2009
- Point of Contact
- J.J. Foster, 757 878-3166<br />
- E-Mail Address
-
ACA, NRCC, General Support Division
(jj.foster@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Small Business Sources Sought: This is a Small Business Sources Sought announcement seeking only Small Business responses in order to determine Small Business participation in the acquisition. THIS IS NOT A REQUEST FOR PROPOSAL. The Mission and Installation Contracting Command (MICC) Center Fort Eustis intends to procure the following services under a single award indefinite delivery/indefinite quantity (ID/IQ) contract. The Sustainment Battle Laboratory (SustBL) located at Fort Lee, VA anticipates a requirement for support to provide management, analytical, and technical support to the SustBL and other CASCOM directorates for Army Transformation/Future Force Initiatives. These services include conducting and participating in war games and experiments using constructive experiment environments; conducting analysis to gain insights, impacts, and recommending Doctrine, Organizations, Training, Leader Development, Materiel, Personnel and Facilities (DOTLMPF) changes to current and future force concepts, systems, and organizations; monitoring and guiding science and technology experiment initiatives and recommending integration into the current or future modular force. In providing support to the Sustainment Battle Lab (SustBL), the Contractor shall support the Government by designing and supporting all forms of experimentation, and other analytical events, enabling the study of current, modular and future warfare concepts and determining and identifying capability gaps in both the current and future modular forces. All contractor personnel hired for this contract must be in possession of a SECRET security clearance. The Government will provide the Contractor with access to research, studies, briefings, and other materials, meetings, symposia, war games and programs dealing with military-related conceptual development, which is applicable to the Transformation and Future Force time period through 2030. These materials may be classified up to the classification level of SECRET. The place of performance is Fort Lee, VA. The anticipated period of performance is a base period of twelve (12) months and four (4) one-year option periods. Task areas in support of the core Army Concept Development Experimentation Plan, will include, but are not limited to: experiment planning; experimentation execution and reporting; scenario development support; modeling and simulation support; studies and analysis support; science and technology support and facility management. General tasks to be performed and indentified in each individual task order include, but are not limited to: 1. The Contractor shall perform staff functions, conduct detailed analysis and develop and update documents. 2. The Contractor shall research and review appropriate and applicable transformation literature and documents; technical analysis, technical writing, preparing and updating documents; coordinate and conduct internal and external staffing; preparation of briefings and presentations; attendance at and participate in meetings, conferences and working sessions; and conduct in progress reviews (IPRs). 3. The Contractor shall provide logistics expertise required to design and conduct experimentation venues; evaluate outcomes and lessons learned to provide insights, findings and recommendations designed to; inform the development of Concept Capability Plans (CCP) and Concepts Based Analysis (CBA) that will plan for providing Maneuver Sustainment across doctrine, organization, training, materiel, leader development, personnel and facilities (DOTMLPF) for current and future forces; and identify and document war fighter outcomes and recommend potential science and technology solutions in order to meet future force required capabilities. 4. The Contractor shall serve as subject matter experts (SME) in Army logistical operations, capable of effectively briefing senior officers and civilian equivalents. Additionally, while supporting efforts of the SustBL, contractors must be capable of describing in detail current and future logistics concepts based on information and discussions provided by the Government (TPOC, and other CASCOM personnel). 5. The Contractor shall provide technical support in developing and managing the CASCOM Science and Technology (S&T) Program, to include TRADOC Science and Technology Objective (STO) Reviews, War fighter Technical Councils, workshops and other industry visits/research. 6. The Contractor shall provide management of the daily operations of the Battle Lab Collaborative Simulation Environment (BLSCE) to facilitate conferences, training, graphics production, and experimentation conducted therein. The designated North American Industry Classification System (NAICS) code for this acquisition is 541712 (Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)) with a size standard of 500 employees. Your response is limited to 20 pages and shall include the following information: * Size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), * Revenue for last three years. * Relevant past performance on same/similar work dating back to the last three years and your companys capability to do this type of work. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent to MICC Center-Fort Eustis no later than 4:00 PM Eastern Standard Time, 10 June 2009, ATTN: J.J. Foster, Contract Specialist, Bldg 2746, Fort Eustis, VA 23604-5538. Mail electronic responses to jj.foster@us.army.mil. Direct questions to J.J. Foster at the previously listed email address or 757-878-3166, ext. 3278, email is preferred. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately, from the responses to this announcement. No reimbursement will be made to any costs associated with providing information in response to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABJ/DABJ01/W26AEH9099FUNC/listing.html)
- Place of Performance
- Address: Sustainment Battle Laboratory 3901 A AVENUE Fort Lee VA<br />
- Zip Code: 23801-1809<br />
- Zip Code: 23801-1809<br />
- Record
- SN01827291-W 20090528/090526235319-cda7dc2cee36ac315ff95f992da646b9 (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 |