SOURCES SOUGHT
R -- United States Army Training Requirements & Resources System (ATRRS) Maintenance and Operation Procurement
- Notice Date
- 1/6/2012
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- ITEC4, NCR PARC (NCR-CC), Directorate of Contracting, 2461 Eisenhower Avenue, Alexandria, VA 22331-0700
- ZIP Code
- 22331-0700
- Solicitation Number
- W91WAW-12-R-0035
- Response Due
- 2/6/2012
- Archive Date
- 4/6/2012
- Point of Contact
- JAMES JOHNSON, 703-325-1533
- E-Mail Address
-
ITEC4, NCR PARC (NCR-CC)
(james.m.johnson932.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Brief Description: Sources Sought for the procurement of Contractor services for the operation and maintenance of the United States Army Training Requirements & Resources System ("ATRRS") to support the Office of the Deputy Chief of Staff, Army G-1, Directorate of Military Personnel Management ("DAPE-MPT"). Response Date: 06 February 2012; 12:00 PM/EST Contract Specialist: James Johnson / E-Mail: james.m.johnson932.civ@mail.mil NAICS Code: 541511 Place of Performance: The work to be performed under this contract will be performed at the contractor facility within the National Capital Region (NCR). This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command - National Capital Region (ACC - NCR) at Hoffman II, on behalf of the Office of the Deputy Chief of Staff, Army G-1, Directorate of Military Personnel Management ("DAPE-MPT"), intends to procure Contractor services for the maintenance and operation of the United States Army Training Requirements & Resources System ("ATRRS") using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 12:00 PM/EST, 06 February 2012, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541511 with a size standard of $25M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified in the Performance Work Statement (PWS). Capability packages must not exceed 20 pages and must be submitted electronically. All contractor questions must be submitted no later than 12:00 PM/EST, 20 January 2012. Small business concerns are to outline their experiences in the following: (1) Explain a minimum of 3 or more years experience the offeror has with the generation of training requirements (Army Strength Training Requirements Model (ASTRM), Automated Requirements Model-Guard (ARM-G), Automated Requirements Model-Reserve (ARM-R) or similar models) and the aggregation of training requirements from The Army Centralized Individual Training Solicitation (TACITS) process or similar, to include how the offeror would manage the impact of changes in force structure, retention and attrition to training requirements determination, for submission to the Structure Manning Decision Review (SMDR) or similar Federal Agency process. See PWS, paragraphs 1.2.1.1, 1.2.1.7, 1.2.2. (2) Explain a minimum of 3 or more years experience the offeror has with adjustment of training programs during the Training Resources Arbitration Panel (TRAP) and the display/tracking of resulting resource and class scheduling impacts on Active Army, Army Reserve, National Guard, and sister services, both for Initial Entry Training (IET) and non-Initial Entry Training within ATRRS, or similar Federal Agency system. See PWS, paragraphs 1.2.1.6 and 1.2.1.8. (3) Explain a minimum of 3 or more years experience the offeror has with the management of students input to training, to include management of quota sources, sub-quota sources, training seat applications and approvals, seat reservations, by-name class input/output and projected training graduates for first unit of assignment for Active Army, Army Reserve, National Guard, sister services, Foreign Nationals, civilians (DoD and non-DoD) within ATRRS or similar Federal Agency system. See PWS, paragraphs 1.2, 1.2.1.2, 1.2.1.4, 1.2.1.5, 1.2.1.12 and 1.2.1.13. (4) Explain a minimum of 3 or more years experience the offeror has with understanding critical business processes and maintaining key interfaces between ATRRS and systems such as Keystone (REQUEST and RETAIN), Enlisted Distribution Assignments System (EDAS), Total Army Personnel Data Base (TAPDB), and Defense Acquisition University (DAU) systems such as Defense Acquisition University - Student Tracking and Records System (DAU-STARS) or similar Federal Agency systems interfaces. See PWS, paragraphs 1.2, 1.2.1, 5.1.1.7, 5.1.4, 5.1.4.8, 5.1.4.10 and 5.1.6.3. (5) Past Performance - Does your firm have the relevant past performance in management of personnel input to training within the last three (3) years? See PWS, paragraphs 1.2 and 6.1. See also AR 350-10, found at www.usapa.army.mil. SPECIAL NOTES: 1. Areas or tasks where a contractor does not have prior experience should be annotated as such. 2. The contractor shall possess or be eligible to receive and maintain a SECRET FACILITY CLEARANCE from the Defense Security Service. The contractor's employees performing work in support of this contract shall have been granted a SECRET SECURITY CLEARANCE from the Defense Industrial Security Clearance Office (DISCO). See PWS, paragraphs 1.6.7 and 4.2. 3. "Teaming" is encouraged. See Federal Acquisition Regulation (FAR) Subpart 9.6-Contractor Team Arrangements, and FAR 52.219-14-Limitations on Subcontracting (2011). To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to James Johnson for this procurement. The Government anticipates awarding a Single Award Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract with Firm Fixed Price Individual Task Orders issued as required based upon loaded labor rates negotiated at time of award. The anticipated period of performance will be one (1) Base Year of twelve (12) months and four (4) twelve (12) month option years. Interested offerors should submit the information annotated above by 06 February 2012; 12:00 PM/EST to james.m.johnson932.civ@mail.mil: Please include company name, address, telephone number, and technical point of contact, brochures/literature. Submissions shall not exceed 20 pages (8 x 11 inches), not including pictures and brochures. Format of submissions shall be in accordance with outline provided above. Font shall be 12 pitch with one inch borders. All information is to be submitted at no cost or obligation to the Government. All information marked (Proprietary to company name) will not be disclosed outside of the Department of Defense. NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The documentation provided will not be returned. This is a sources sought notice only and is for planning purposes only. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/23ad47110814a2c1794db103a8f1d596)
- Place of Performance
- Address: National Capital Region (NCR) TBD TBD NA
- Zip Code: TBD
- Zip Code: TBD
- Record
- SN02650213-W 20120108/120106234524-23ad47110814a2c1794db103a8f1d596 (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 |