SOURCES SOUGHT
R -- Operational Energy Support - Sources Sought/Market Research
- Notice Date
- 5/18/2012
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-12-R-OE12
- Response Due
- 5/29/2012
- Archive Date
- 7/28/2012
- Point of Contact
- Scott Bedford, 757-878-3166
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(scott.d.bedford@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 U.S. Army Combined Arms Support Command (USACASCOM), Army Operational Energy Office at Fort Lee, VA. Contractor shall provide contractor support to develop Operational Energy (OE) concepts and products. The contractor shall provide subject matter expertise to support the completion of Capability Development Documents (CDD) and Capability Production Documents (CPD) in accordance with the Joint Capabilities Integration Development System (JCIDS) process. This process will include lessons learned from transforming units, current operations, warfighter experimentation, Capability Needs Analysis (CNA), Organizational Based Analysis (OBA), Cost Benefit Analysis (C-BA), Warfighter Outcomes, learning demands and characteristics of the force, and other applicable subject matter resources, JCIDS and ARCIC products. In addition, the contractor shall conduct a Doctrine, Organization, Training, Materiel, Leadership, Personnel and Facility analysis of the logistics capabilities needed for combat development efforts as well as other Integrated Capabilities Development Team (ICDT) requirements that USACASCOM may be required to participate in. The Government has not determined the contract type or whether the requirement will be single or multiple awards. The Period of Performance shall be no more the 2 years (base period (12 months) plus one 12-month option). Below is a summary of the tasks required: Administrative. The contractor shall be present for all subject related conference calls, VTCs, and other meetings that require or may require CASCOM input, output, or participation. This requires the contractor to be well versed in full spectrum Army and joint logistics operations. The contractor shall be singularly responsible for developing and drafting all required OE concepts and JCIDS documentation. Study/Analysis. The contractor shall provide scientific, technical, and professional expertise in the areas of full spectrum Army and joint logistics operations, focusing specifically on operational energy, in support of the revised Army Functional Concept Framework documented and suspense in support of the Army Campaign Plan (ArCP), ARCIC, and TRADOC guidance. The contractor shall research and review developed and emerging reports and analysis to assess their suitability for use in future forces (2016-2028) sustainment systems in the Army and other services, operating in a joint and coalition environment. The contractor shall develop and submit for Government approval concept white papers that develop the fundamental themes of the next Army Concept Framework (ACF), and associated Capability Based Analysis (CBA) efforts through to DOTMLPF Integrated Capabilities Recommendations (DICR). Planning, Programming, and Budget Execution (PPBE). The contractor shall understand the PPBE process and the implications of resource informed decision making ability. The contractor shall be able to produce and submit for Government approval applicable CBA documents, campaign plans, and other operational energy documentation that supports the iterative Program Objective Memorandum (POM) cycle process and be able to provide analysis to support decisions for Army sustainment capabilities needed in the POM. Experimentation, Needs Analysis, Interoperability, and Interdependency. The contractor shall have the requisite sustainment knowledge and subject matter expertise to facilitate involvement, discussion, and participation in Army Experimentation and Wargaming Scenarios. Participate in exercises, seminars, conferences, workshops and workgroups as required/requested. The contractor shall have the knowledge to understand the Capability Needs Analysis development process and the interrelationships between sustainment and other warfighting functions to determine required capabilities, develop gaps and solutions through rigorous analytical process for supporting future forces. This is new requirement. 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: scott.d.bedford.civ@mail.mil by 29 May 2012 / 11:00 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 5 pages, single spaced, 11 minimum font size. Please submit your response electronically via e-mail by 29 May 2012 / 11:00 AM EST to: scott.d.bedford.civ@mail.mil. We appreciate your participation and input.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/39f32ccf71d365da36c42d5f1df465b1)
- Place of Performance
- Address: MICC - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN02752513-W 20120520/120519000528-39f32ccf71d365da36c42d5f1df465b1 (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 |