Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2013 FBO #4291
SOURCES SOUGHT

R -- Request for Information (RFI) for Special Operations Forces Support Team (SOFST)

Notice Date
8/22/2013
 
Notice Type
Sources Sought
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY13RE005
 
Response Due
8/26/2013
 
Archive Date
10/21/2013
 
Point of Contact
Charlene Buduo, (703) 704-0860
 
E-Mail Address
ACC-APG - Washington
(charlene.a.buduo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Army Contracting Command Aberdeen Proving Ground - Belvoir Division is conducting market research to determine the availability of analytical support for JIEDDO's Special Operations Forces Support Team (SOFST). Specifically, the Government has a requirement to provide continuity of support which includes, but is not limited to CONUS and OCONUS based Special Operations Forces (SOF) analytical support for designated worksites and hazardous duty areas. This effort is currently being performed under Task Order W91CRB-08-D-0027-0005. The current Indefinite Delivery/Indefinite Quantity (IDIQ) contract for this suite of capabilities has expired and the ceiling for all task orders has been reached. The competition and subsequent follow-on award for SOFST is in process but contract award has been delayed. To enable mission continuity a short-term bridge contract is proposed with one four-month base period with two four-month options, for a total of 12 months. There is no guarantee that options will be exercised. The government's intent is to limit the bridge contact performance period to only that time necessary to transition performance to a competed task order upon award. Market research is being conducted to determine if there are any sources with the capabilities to provide the full range of support for a mimimum time period of four months. Required support includes: Project Management, SOFST Intelligence Subject Matter Experts (SME), and SOFST Operations SMEs. The current level of effort is 105 Full Time Equivalents (FTEs). The bridge contract will include a surge capability for 15 additional FTEs. Due to the unique and highly specialized skill sets for this requirement, individuals for this effort must possess the following: * Current active TS/SCI clearance; * A minimum of ten years of individual experience on active duty service in SOF units, with a workforce average service experience of 15 years or more in SOF specific billets; * SOF active duty tour assignment as an intelligence officer, operations officer or in a18F designated position within the past five years; * Successful completion of specialized Counter-lED Operations/Intelligence Integration Center (COIC) A3P seven week training course within the past 12 months; * A minimum of three deployments directly supporting SOFST combat operations in Iraq or Afghanistan within the past five years; * A minimum of three years of Counter Improvised Explosive Devise (CIED) specific experience within the past five years; * Experience and knowledge of the unique tribal ecosystems, dynamics and cultural influences specific to tribal areas in Afghanistan; * Advanced CIED analytical experience with both open source media and SOFST specific data; and * A Bachelor' Degree (can be offset by experience). All personnel must be fully deployable upon reporting and ready to deploy with minimal notice - meeting all DOD physical requirements and any other pre-deployment requirements for deployed combat operations at all times. Upon award, contractor must immediately deploy approximately one-third of the workforce to meet global combatant commander requirements to include Forward Operating Bases (FOBs) in Afghanistan. Capable sources MUST be able to fully support the entire workforce starting no later than 15 October 2013, with deployed personnel in position, boots on the ground, not later 1 November 2013. The contractor is required to have a TOP SECRET facility clearance. For reference purposes the historical level of effort for this action is 105 FTEs. REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION; The United States (U.S.) Army is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational and planning purposes only and does NOT constitute an Invitation for Bid or a Request for Proposal (RFP), and it should not be construed as a commitment of any kind by the U.S. Army to issue a formal solicitation or ultimately award a contract. The information received in response to this RFI is for informational planning purposes only and does not mandate or impose requirements. The U.S. Army is in no way liable to pay for or reimburse any company or entity that responds to this announcement. Submitting information for this announcement is voluntary, and participants will not be compensated. Your response to this RFI does not constitute the start of negotiations. It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, clearly mark all proprietary information as such. No solicitation document exists and formal solicitation may or may not be issued by the U.S. Army as a result of the responses to this RFI. Responses should include information on the Offeror's experience with SOF analytical support and approach towards meeting the Government's requirements. Responses should also include the following information: a. A point of contact information to include: company name, contact name, company address, website (if available), contact phone number, and contact email address. b.Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is $14M for the North American Industry Classification System (NAICS) Code 541618. c.Cage Code and Duns Number d.Are you planning on being a Prime or a Subcontractor? If a Prime (continue to question e.) e.If you are a small business and plan to be a prime please inform how you will meet the limitations on subcontracting FAR Clause 52.219-14? f.If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? g.The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? h.If you are a small business, can your company sustain if not paid for 90 calendar days? i.Do you currently have or can you acquire facilities to perform tasks prior to contract award or within 15 calendar days after contract award? Vendors should indicate their interest in and capability to meet this procurement via email to Tristina Patterson, Contracting Officer at Tristina.l.patterson.civ@mail.mil and to Charlene Buduo at charlene.a.buduo.civ@mail.mil by 5:30pm EDT, 26 August 2013. The subject line for the email submission should read: RFI: SOFST, YOUR COMPANY NAME. No telephonic or fax inquiries or requests will be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/949dc2c776e2b8d4dd7429c7b46839c7)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03158408-W 20130824/130822235500-949dc2c776e2b8d4dd7429c7b46839c7 (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.