Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2010 FBO #3119
SOURCES SOUGHT

B -- US Army Human Capital Enterprise (HCE) Army Force Generation (ARFORGEN) Data Management Correlation, Integration, and Synchronization Analysis for the US Army Accessions Command, Fort Knox, KY 40121

Notice Date
6/7/2010
 
Notice Type
Sources Sought
 
NAICS
541612 — Human Resources Consulting Services
 
Contracting Office
Fort Knox Contracting Center, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
 
ZIP Code
40121-5000
 
Solicitation Number
W9124D-10-R-ANALYSIS
 
Response Due
6/14/2010
 
Archive Date
8/13/2010
 
Point of Contact
Teresa Simpson, (502) 624-6838
 
E-Mail Address
Fort Knox Contracting Center
(teresa.a.simpson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
FSC: B550. SET-ASIDE: Undetermined. SERVICE CONTRACT ACT: Applicable (WAGE DETERMINATION NUMBER FOR FT KNOX (HARDIN COUNTY), KY 40121: 2005-2223, REV NO. 9, 10/5/2009). TRAVEL: May include travel to various locations (e.g., Washington, DC, Virginia, and Georgia). CITIZENSHIP: US Citizenship required. SECURITY CLEARANCE: Up to SECRET/NO FOREIGN may be required. DD FORM 254: May be required. CONTRACTOR MANPOWER REPORTING: Required. GOVERNMENT FURNISHED EQUIPMENT/PROPERTY (GFE/GFP): Yesat government locations. CONTRACTOR-FURNISHED EQUIPMENT/PROPERTY (CFE/CFF): Yesat contractors facility. DESCRIPTION: Sources sought for services acquisition, which may result in a solicitation being issued for a firm-fixed-price contract with deliverables required between 200 and 270 days after date of contract award. The purpose of this notice is to gain knowledge of interest, technical capabilities, and personnel qualifications of contractors who can support this requirement. The contractor team needs not only sufficient experience, requisite skills, and an understanding of Army manning processes necessary to accomplish a comprehensive analysis, but also an operative knowledge of current and evolving organizational structures to include an understanding of the Joint Capabilities Integration and Development System (JCIDS) process. For example: Completion of Capability-Based Assessments (CBAs) within the JCIDS process, which includes the following: a. Authoring all relevant required documentation within the CBA process: CBA prep, Functional Area Analysis (FAA), Functional Needs Analysis (FNA), and Functional Solutions Analysis (FSA). b. Preparing for, scheduling, and facilitating key stakeholder in-person formal meetings during each phase of the CBA process (FAA, FNA, and FSA). c. Understanding of the Army Concept Strategy and process for developing Functional Concepts and Concept Capability Plans (CCP). d. Using the full array of Microsoft Office Suite programs and USAAC specific programs. SERVICES OBJECTIVES: Contractor needs to demonstrate its ability to provide USAAC with the requirements for integrated synchronization tools and predictive modeling tools that instantly see the current and projected impact of human capital operation plans on ARFORGEN units and the rest of the Army. At a minimum, contractor needs to demonstrate its ability to: a. Provide an HCE-wide approach to identifying changes needed to enhance the automated monitoring and synchronization of progress in precisely recruiting, training, and assigning soldiers to Army organizations. b. Document the requirements for an HCE tool that synchronizes with ARFORGEN requirements and the scheduling of soldier assignments in order to meet the ARFORGEN demand-based process requirements for rotating units to theater while mitigating personnel shortages in the generating force. c. Develop technical solutions to bring together overall Army HCE processes within an ARFORGEN construct and identify required data, information exchanges, and an information technology architecture that will facilitate ARFORGEN common operating picture development. d. Ensure product supports the Army Business Architecture (ABA) responsibilities and ensure that JCIDS documentation reflects ABA courses of action to improve business processes and create automated support tools to enable leadership to better manage the Army manning process. e. Provide a final Initial Capabilities Document (ICD) and a Doctrine, Organization, Training, Material, Leadership and Education, Personnel and Facilities (DOTMLPF) Change Recommendation (DCR) document following the JCIDS CBA process. f. Lay-out how the HCE will: handle forecasted and unforecasted personnel requirements; manage changing deployment dates and destinations; manage the availability of Soldiers; synchronize with PME; analyze the impact of force structure, inventory, and policy changes before decisions are made; track and display how units are built over their lifecycle; predict future personnel shortfalls in the operating and generating force; conduct personnel fill trade-off analyses; track future solders in the Accessions process queue; track individuals already within the Accessions process; track how well the HCE is providing Soldiers to ARFORGEN units; provide senior Army leaders with a real-time automated and integrated common operating picture of the health of Army manning processes; and identify predictive choke points related to future demand (US Army Forces Command (FORSCOM) requirements), training base and professional military education (PME) constraints, and the projected Accessions/PME/manning pipeline. INTERESTED PARTIES SHOULD SUBMIT THE FOLLOWING INFORMATION TO: Teresa Simpson, Contract Specialist at teresa.a.simpson@us.army.mil or fax to MICC Center-Fort Knox, Attn: Teresa Simpson, at (502) 624-7165 or (502) 624-5869, no later than 2 PM (EDT), Monday, 14 June 2010 1. Company name, CAGE Code, address, and point of contact (i.e., complete name, title, telephone #, and e-mail address). 2. Company type: large or small business (i.e., HUBZone certified, 8(a) certified, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business, etc.). 3. Company capabilities statement indicative of its ability to perform required services. 4. Based upon limited information a. include estimated number of days to accomplish this type of project. b. indicate whether company has an approved facility clearance under a current contract. QUESTIONS MAY BE SENT TO: Teresa Simpson at teresa.a.simpson@us.army.mil. Verbal inquiries will not be accepted or answered. This sources sought notice neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the government to an ultimate acquisition approach. This sources sought notice should not be construed as a commitment by the government for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/1226ff11a6756829c2d1354f074e028c)
 
Place of Performance
Address: MISSION AND INSTALLATION CONTRACTING COMMAND CENTER--FORT KNOX CCMI-RCK, Building 1109B, STE 250 Fort Knox KY
Zip Code: 40121-5000
 
Record
SN02170521-W 20100609/100607235118-1226ff11a6756829c2d1354f074e028c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.