Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2012 FBO #3830
SOURCES SOUGHT

R -- The Mission and Installation Contracting Command - Fort Eustis (MICC-EU) is seeking information from small business sources that can provide the expertise and services identified below.

Notice Date
5/18/2012
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
MICC - Fort Drum, Directorate of Contracting, 45 West Street, Fort Drum, NY 13602-5220
 
ZIP Code
13602-5220
 
Solicitation Number
JNTCANALYST
 
Response Due
5/28/2012
 
Archive Date
7/27/2012
 
Point of Contact
Ryan Moran, 757-878-3166
 
E-Mail Address
MICC - Fort Drum
(ryan.d.moran5.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Joint National Training Capability (JNTC) Analyst Sources Sought Small Business Sources Sought: This is a sources sought announcement only seeking small business responses in order to determine small business participation in this acquisition. The Mission and Installation Contracting Command - Fort Eustis (MICC-EU) is seeking information from small business sources that can provide expertise and services to support the to the Requirements and Integration Office (RIO), Live Training Support Office (LTSO), Sustainable Range Program (SRP), TCM-L, USATSC, Joint Base Langley-Eustis, VA The Contractor shall support TCM-L as a liaison officer between Army and Joint Forces in support of the Army's Live Training Transformation program. The Contractor shall provide oversight in all JNTC action committees. The Contractor shall provide candidates with technical and analytical expertise, staffing/communicative skills, and other necessary credentials to accomplish the tasks outlined below. The Contractor shall use Live Training Transformation-Family of Training Systems (LT2-FTS) and Common Training Instrumented Architecture (CTIA) as the foundation for this effort. LT2-FTS/CTIA provides the foundation for most instrumentation efforts involving TCM-L and live training. The Period of Performance shall be no more the 3 years (base period (12 months) plus two 12-month options). Below is a summary of the tasks required: Venue Participation Contractor shall participate in all pertinent forums/meeting. The Contractor shall attend conferences, meetings, Joint National Training Capability (JNTC) instrumentation meetings/conferences, Process Action Teams (PAT), Data Exchange Working Groups, Integrated Concept Teams (ICTs), exercise planning conferences, and other meeting as required. The Contractor shall support the Requirement and Integration Office (RIO), TCM-L at Joint Coalition Warfighting Center (JCWC formally JFCOM) in all matters pertaining to the technical lead for Army LVC technology development and integration. However, the Contractor is not empowered to make decisions for the Government or commit Government resources. The Contractor shall provide a written summary of each event attended to include decisions made, pending decisions, actions, tasks, and other pertinent information impacting the Army. Summaries reports are due within five working days of completion of the respective event. Technical and Subject Matter Expertise The Contractor shall keep appropriate personnel informed of Joint or other Military Services' activities in progress, to include actions pending or underway, actions completed, and final decisions within the Requirements Analyst's areas of responsibility. The Contractor shall provide technical subject matter expertise (SME) in linking other Services' range instrumentation systems into Army Range Instrumentation systems at the CTCs, test range instrumentation systems, and local home station training systems in support of JNTC training. The Contractor shall provide information dealing with Virtual and Constructive simulations into combat training centers (CTC) and Army range instrumentation systems and Army target systems. The Contractor shall conduct research and provide studies, analysis, documentation and/or recommendations, in writing, regarding the development, integration, and/or interoperability of training systems, primarily live instrumentation, within the LT2-FTS based on CTIA and Joint training assessment, capabilities and impacts. The Contractor shall make recommendations on alignment and/or re-work of requirements/capabilities based upon user input, technical instrumentation, and training expertise and forward to the onsite COR. Activities and Technology Coordination The Contractor shall provide an essential responsive action interface and information touchstone with the training communities to gather, provide, present, and document activities, events, meetings, concepts, plans, initiatives, and Government decisions. The Contractor shall develop and keep a current list of available Army instrumentation, tactical engagement systems, and OPFOR technologies that are capable of providing JNTC data information/instrumentation requirements for current and future JNTC exercise requirements. This includes not only those instrumentation technologies within the training community but also those technologies used by the Army's test community. The Contractor must be able to provide JNTC with available systems, data collection capabilities/data structures, and communication interfaces. As necessary, coordinate use of available technology (instrumentation, range, and OPFOR) integration requirements with JNTC and Army agencies. The Contractor shall provide technical coordination for future Army Range instrumentation and CTIA requirements with JNTC and other Services in support of JNTC Full Operational Capability (FOC) requirements, Marine Range Instrumentation, LVC linkages within Army and other Service simulations, etc. The Contractor shall develop and maintain Army instrumentation architectural roadmaps outlining the Army instrumentation development program and the integration of JNTC/other Service requirements (i.e., Air Warrior, TENA, etc.). The Contractor shall assist with technical issues related to simulations, simulators, instrumentation, terrain data, operational Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems, and integrating architectures associated with LVC technology development and integration in support of Army and Joint training ranging from platoon to division level. The Contractor shall coordinate with the Team Lead and or Chief, JNTC for JNTC technical support requirements and provide a written summary of weekly activities, achievements, tasks to accomplish, projected activities for the upcoming month, and calendar near-term (2-6 month events) and long-term events (7-12 months). The Contractor shall provide direct contact with the material developer, Program Executive Office, Simulation, Training, and Instrumentation (PEO STRI) or other materiel developers. The Government will direct mission requirement prior to any coordination with the materiel developer in conducting required coordination within TRADOC, PEO-STRI, Major Commands (MACOMs), Military Services, Joint Forces Command (JFCOM), and other required organizations/agencies to provide technical and training information to gain insights on how other systems may influence or impact the JNTC program. The Contractor shall keep Army JNTC Technical Lead and PAT leaders informed of actions, meetings, and conferences requiring Army participation and input. The Contractor shall follow ensure the onsite COR may locate all the documents involved in the effort and access information by placing documents on the virtual work environment (VWE) and prepare a DVD(s) with a table of contents. The Contractor shall maintain and make available a current list of all Points of Contact. Validation and Analysis The Contractor shall assist in the development of JCIDS documents. The contractor shall research, analyze, coordinate, and staff the requirements, as applicable, with the appropriate organizations in order to finalize the documentation. The Contractor shall analyze and assist in the development of instrumentation system requirements, Key Performance Parameters (KPPs), Key System Attributes (KSAs), Additional System Attributes (ASAs), Net Ready-KPPs and all other elements of information and documents required to complete Joint Capabilities Integration and Development System (JCIDS) documents IAW CJCSI 3170. The Contractor shall conduct studies and analysis to develop a comprehensive JNTC strategy to integrate Army Live components to include range and target system requirements into JNTC training exercises. The designated NAICS Code is 541690, Other Scientific and Technical Consulting Services, size standard is $14.0M. No decision has yet been made regarding the small business strategy for this contract. Small business is advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. Small businesses wishing to influence the Contracting Officer's decision regarding small business set-asides are urged to respond to this announcement. Your brief capabilities statement package (no more than 10 pages, single spaced, 11 minimum font size) demonstrating ability to perform the services listed above. A generic capability statement is not acceptable. Please review carefully the requirements listed below. This documentation must address, at a minimum, the following: (1)company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, and a statement regarding current business status; (2)capability of providing a team composition that can support the entire scope of this contract effort with sufficient depth to perform tasks of varying complexity while performing at least 50 percent of the work; (3) capability of providing qualified and experienced personnel; and (4) capability to begin performance upon contract award. The capabilities statement package should be sent via e-mail to: ryan.d.moran5.civ@mail.mil by 28 May 2012 / 09:00 AM EST. 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. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offeror's are reminded, in accordance with FAR 52.204-7, Central Contractor Registration; lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offeror's are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Enclosure 1: Market Research Questions - For ALL Business Types Any information provided by industry to the Government as a result of this notice or any follow-up information requested is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. For all business types: A response to this notice should include an emailed response to the attached Market Research Questions. 1.Please provide the following company specific information: a.Your Data Universal Numbering System (DUNS) number or Commercial And Government Entity (CAGE) code number; b.A brief description of your company's business size and status (i.e., HUBZone, woman/veteran/service disabled veteran/native American/minority-owned); c. A point of contact (POC) name, telephone number, and e-mail address. 2.Market research questions: a.Following contract award, what transition period would be adequate prior to start of work? b.The Government anticipates issuing Requests for Proposals using a Performance Work Statement (PWS). What risks do you foresee with this approach and how would you mitigate those risks? c.Is industry more likely to include additional costs for unknowns in a fixed price as opposed to a labor hour contract? Would a firm fixed price contract for support services result in higher proposal prices than a labor hour contract? Please explain. d. Are the identified services of a type customarily available in the commercial marketplace? Please explain. e. Identify any opportunities for strategic sourcing. f. Identify any opportunities for supporting socio-economic programs other than small business. g.North American Industry Classification Systems (NAICS) code is 541690, Other Scientific and Technical Consulting Services (small business size standard of $14.0M), has been determined appropriate for this acquisition and FAR 52.219-14, Limitations on Subcontracting, applies wherein at least 50 percent of the work must be performed by the small business prime contractor alone. If your company qualifies as a small business as defined under this NAICS code, please respond to these additional questions. i. Can your company provide a team composed of a sufficient number of large and small subcontractors to perform this contract in an efficient, cost effective manner while meeting contract requirements? Please explain. ii. Is your company capable of providing a team composition that can support the entire scope of this contract effort with sufficient depth to perform a variety of tasks of varying complexity while performing at least 50 percent of the work? Please explain. iii. Specifically, is your company capable of providing non-personal services for the areas mentioned in this notice? If so, what is your experience with Government contracts of this scope? iv. Indentify if your participation is based on a Joint Venture or Teaming Agreement, and that you understand the limitations that may be applied by the size standard to such entities. h.Please provide any other applicable comments or recommendations not addressed in the foregoing. 3. The Government is requesting you be succinct and limit your market research response (separate attachment) to no more than 10 pages, single spaced, 11 minimum font size. Please submit your response electronically via e-mail by 28 May 2012 / 09:00 AM EST to: ryan.d.moran5.civ@mail.mil. We appreciate your participation and input.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9c563df7df8c99f111444bb4301fefc4)
 
Place of Performance
Address: MICC - Fort Eustis 1900 Jackson Ave. Building 1900 Fort Eustis VA
Zip Code: 23604
 
Record
SN02752204-W 20120520/120518235949-9c563df7df8c99f111444bb4301fefc4 (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.