SOURCES SOUGHT
10 -- Weapon Systems Engineering Directorate
- Notice Date
- 8/22/2013
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-13-X-F022
- Response Due
- 9/20/2013
- Archive Date
- 10/21/2013
- Point of Contact
- Margaret B. Reed, 973-724-3273
- E-Mail Address
-
ACC - New Jersey
(margaret.b.reed.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army, Army Contracting Command, (ACC) Joint Munitions & Lethality (JM&L) Contracting Center, Picatinny Arsenal, NJ 07806-5000, on behalf of the U.S. Army Armament Research Development and Engineering Center (ARDEC), Weapons & Software Engineering Center (WSEC), is seeking small businesses who have demonstrated experience in providing contractor support in providing technical and business/project management services to the Center for projects related to the support required to achieve Office of the Secretary of Defense (OSD) Projects and efforts. A major challenge to Business Unit (BU) operation is relating organization capabilities to program needs. There are both technical and management challenges to performing at ever improving levels of excellence. Army initiatives are introducing a transformation of battlefield dynamics and require forward thinking in addressing program and project needs. The Business Unit manager must contend with the challenges of managing a large work force under dynamic change while technically performing to life cycle project managed requirements. This is intended to be an interactive effort between the contractor and the Center organizational designated point(s) of contact at Picatinny Arsenal, NJ. The Integrated Product Team's (IPT) purpose is to provide enhanced capabilities in accordance with the requirements established by the following: To accomplish this support of the mission the WSEC, along with its myriad of other government agencies and strategic partners, acts to manage the Army's research and development efforts; advance the weapons and software technologies; and provide a system technology base for a range of future defense applications, programs and associated support revolve around the following major functions: Requirements Definition, Integration and Planning Technology Development, System Development, Assessment and Validation Automatic Test Equipment (ATE) Weapons Lethality and Effects Information/Data Fusion Systems and Applications Program/Project Analysis, Evaluation, Experimentation and Support Production and Fielding Support Homeland Defense and Homeland Security Business Transformation and E-Systems (BTES) Warfighter Support Integrated Product Team (IPT): This is intended to be an interactive effort between the contractor and the WSEC, other directorate projects & contractors at Picatinny Arsenal, NJ. The IPT's purpose is to provide enhanced capabilities in accordance with the requirements established such as the following: All reference material, documents, training support material, and other information obtained, produced, or developed by the contractor in support of this effort shall become the property of the Government, and shall be delivered to the WSEC. Technical data, software and products provided under this task shall be delivered with unlimited and unrestricted rights to the US Government and no contractor copyright notices of any kind. Performance Requirements: Management and Reporting Objectives: The contractor shall be responsible for the planning, management and implementation of all elements and requirements contained in a statement of SOW. The contractor shall maintain a task order accounting system that shall track all personnel hours, travel and material costs expended for performance of each task. Personnel: The contractor shall have experienced network engineers and system engineers and IT technicians available to supplement existing technical staff on an as needed basis. The contractor shall have available personnel who are experienced with the ARDEC WSEC general operational procedures and standards and with the PICA NAE domain configuration. As required, the contractor shall provide experienced support of PICANET resources, such as the Picatinny Data Network (PDN) resources and Directorate resources. The contractor shall provide expert knowledge and manpower to address the activities of the Center. If required, the contractor shall be responsible for contacting the manufacturer and have a hardware technician dispatched. The contractor shall attend a task initiation kick-off meeting at the Weapons and Software Engineering Center Fire Control Systems and Technology Directorate, Picatinny, NJ. This meeting shall be scheduled as soon as possible after contract award in order to expedite the performance of the contract. It is the responsibility of the contractor to maintain minutes and action items from this meeting. The contractor shall have select personnel that posses a Secret Clearance and/or be eligible for immediate adjudication by the security authority upon award of this contract. The contractor shall have or be able to obtain a Secret quote mark Facility Clearance quote mark. Technical Management Support: The contractor shall assist the division in the collection, distribution and analysis of information regarding costs, personnel, facilities, contracts and skills required. The contractor shall make recommendations to WSEC HQs on the issues that impact the ARDEC community and command initiatives. The contractor shall support WSEC efforts, in operations and functions of the division such as technical management. The contractor shall analyze costs and budgets and recommend adjustments, changes or improvements, as well as implement Earned Value Management or activity-based cost on the selected programs for tracking and analyzing project performance as needed by the division. The contractor shall be capable of providing flexible, responsive, and high quality engineering and technical support relating to Requirements Definition, Integration and Planning. The contractor shall conduct studies and provide concept system definition and related documentation to support the study results; provide independent analyses, simulations, technological assessments; and perform other related tasks in systems definition, experiments, technology demonstration, system development, production and fielding; homeland defense/homeland security; and war fighter support. The contractor shall have a working knowledge of the DoD 5000.2 acquisition milestone review process and shall be knowledgeable of initiatives in the acquisition arena. It shall be the contractor's responsibility to provide and maintain a state-of-the-art trained workforce capable of providing the services specified under this contract. All related training, continuing education, certification courses and similar events are the financial responsibility of the contractor. The contractor shall support the Business Transformation and E-Systems (BTES) office in assuming the role to support the Army Center of Excellence (COE) for Enterprise Resource Planning (ERP). The contractor shall have the capability to provide senior technical leads for the integration of the COE and development of the competency skills in business systems utilizing SAP protocols for development of Army standardized systems. Computer Engineers are required to develop an organic government resource in this competency area. The position will utilize SAP knowledge to implement changes to configuration to support the current mission goals in the most efficient and cost effective manner possible. The skills needed are not limited to Project Management and SAP working knowledge to support the BTES office. Project Management Support: The contractor shall provide senior level consulting on an as-needed basis. These services may include support at Senior Management Review Meetings by providing the client with metrics, process related information, or status. The contractor shall have experts available for both formal and informal mentoring and consulting. If warranted, the contractor may be available to consult on projects. If necessary, the contractor shall provide training when/if a new application is purchased or a new process is established during the term of the contract to ensure efficiency. The contractor shall provide quality process assistance to ensure that all process requirements are being implemented in accordance with the WSEC organizational policies and procedures. Support consistent with the Picatinny Capability Maturity Model-Implementation (CMMI), International Standards Organization (ISO) 9000, Baldridge Award Criteria, or other standards, as relevant, will be provided. The contractor shall provide support in resolving Organizational Change Requests (OCRs); development and implementation of statistically managed processes; lead the team, audit questionnaire assessment and preparation and project guidance; Six Sigma, Process Enrichment facilitation and training as needed. Business Management Support: The contractor will have available administrative personnel resources available to augment government work at the Picatinny site. The contractor shall provide administrative personnel that possess the ability to interact with high-level clients as well as maintain confidentiality; perform complex administrative functions which include independent judgment and responsibility; develop and produce moderate to complex documents including spreadsheets and presentations; manage multiple tasks, projects and deadlines; as well as assist with special projects. The contractor shall provide technical writing support for all applicable publications/documentation such as brochures, technical papers, training manuals, user manuals, policies and procedures. In addition, the contractor shall work with WSEC Senior Management to publish capabilities, accomplishments, (ex. Army Magazines, DOD AT&Ls, PM Magazines, etc.) and other defense related publications. Based on consulting recommendations, the contractor shall prepare briefing materials and other necessary documentation required for meetings. The contractor shall also document and distribute minutes from these meetings where appropriate. Management and Planning: The contractor shall be responsible for the planning, managing and implementing all requirements contained in statements of work (SOW). Companies are invited to indicate their interest and capabilities by providing brochures and any information pertaining to their ability to provide the above requested services. All information is to be submitted via email at no cost or obligation to the Government; information provided will not be returned. Responses shall also indicate the size of the business entity, large or small and a copy of the most recent Systems Award Management (SAM) certifications and representations. Please provide the name of the company, address, POC, phone/fax number and email address. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. The Government will accept written questions via email only. Interested parties are encouraged to submit their capabilities/qualifications information NO LATER than 20 September 2013. This is a Sources Sought/Market Survey Announcement and submission of information will be used for informational and planning purposes only. This notice does not constitute a formal Request for proposal (RFP)/Request for Quote (RFQ). In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. The point of contact for this action is Margaret B. Reed, Contract Specialist, ACC-NJ-JA, email address is Margaret.b.reed.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7d76e38f856b61bddc3dbbb92a0c5c3c)
- Place of Performance
- Address: ACC - New Jersey Center for Contracting and Commerce, Building 10 Phipps RD Picatinny Arsenal NJ
- Zip Code: 07806-5000
- Zip Code: 07806-5000
- Record
- SN03159041-W 20130824/130823000056-7d76e38f856b61bddc3dbbb92a0c5c3c (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 |