Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2014 FBO #4578
SOURCES SOUGHT

D -- REQUEST FOR INFORMATION - U.S. Fleet Forces Command (USFF), Fleet Deployment Training Program Support (FDTPS) services

Notice Date
6/5/2014
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
N00189 NAVSUP Fleet Logistics Center Norfolk 1968 Gilbert Street,Suite 600 NORFOLK, VA
 
ZIP Code
00000
 
Solicitation Number
N00189FDTPS01
 
Response Due
6/20/2014
 
Archive Date
7/5/2014
 
Point of Contact
John W. North
 
E-Mail Address
Supply
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) announcement in anticipation of a potential future procurement program under NAICS code 541519. Subject to FAR Clause 52.215-3, entitled "Request for Information or Solicitation for Planning Purposes," this announcement constitutes a Request For Information (RFI) for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. This RFI is not to be construed in any way as a commitment by the U.S. Government, nor will the U.S. Government pay for the information submitted in response. BACKGROUND The Naval Supply System Command (NAVSUP), Fleet Logistics Center Norfolk (FLCN) is conducting market research to determine industry capability and interest in performing Fleet Deployment Training Program Support (FDTPS) as required by U.S. Fleet Forces Command (USFF). This proposed contract will provide highly specialized, comprehensive, analytical training and technical services in direct support of USFF ™s Fleet Deployment Training Program. Under this effort, the contractor will provide support required by USFF in the three general areas below: Live, Virtual, Constructive (LVC) Training Program Support Fleet Training Academics and Instruction Support Training Exercise and Event Support Additionally, the support required under this procurement includes, but is not limited to the following: Execution of fleet training within the framework of the Fleet Training Continuum (FTC), Fleet Response Plan (FRP), Fleet Response Training Plan (FRTP); Navy technical and training instructions and manuals; and joint training requirements based on required warfighting capabilities. Assisting in the determination, development, coordination, communication, and implementation of fleet training policy, programs and procedures. Development and execution of training events and exercises, both live and synthetic, supporting unit level training through operational and strategic force training. This includes school-house course development and instruction; war-games and fleet synthetic training (FST) exercises; and Joint Force Maritime Component Commander (JFMCC)/Joint Task Force Headquarters (JTFHQ) level war-fighting capability training requirements. NAVSUP FLCN intends to pursue for procurement the FDTPS services. The purpose of this RFI is to obtain information on qualified and experienced sources for planning purposes in an effort to derive a contract vehicle that will provide complete FDTPS services to USFF and its requisite stakeholders. The anticipated period of performance for this contract will be for a twelve (12) month base period plus four (4), twelve (12) month option periods. Contract award is anticipated to be made on or around 22 January 2014. RFI SUBMISSION REQUIREMENTS Interested parties shall submit responses to this RFI. Responses should reference the RFI number and shall include the following information in this format: 1. Company name, address, Point of Contact name, phone number, and email address. 2. Contractor and Government Entity (CAGE) Code and Dunn & Bradstreet Number. 3. Capability statement addressing the following items: Contractor ™s ability to successfully transition over 200 FTE ™s across 14 commands and 19 programs in 30 days or less. Contractor ™s ability to obtain and retain highly skilled and qualified personnel. Contractor ™s experience/strategy in managing/executing multiple comprehensive/technically challenging training events/exercises simultaneously. Contractors should identify their experience with C5I systems (Global Command and Control System-Maritime (GCCS-M), Theater Battle Management Core System (TBMCS), Joint Automated Deep Operations Coordination System (JADOCS), etc.), Modeling & Simulation software, synthetic war-gaming systems and software (Joint Semi-Automated Forces (JSAF), Marine Tactical Warefare Simulation (MTWS), etc.). Contractors should discuss their Program Management and Project Execution experience. Contractors should also include magnitude and complexity of their experience. Contractors should discuss their experience with live, virtual, constructive training, academic training/instruction, training development, scenario development, and training policy development, to include magnitude and complexity of that experience. Contractors should include their anticipated teaming/partnering/subcontracting arrangements along with corporate information such as company name, address, point of contact name, phone number, email address, and business size. Contractors should indicate if they have an approved purchasing systems in place used to procure cost reimbursable services and materials. Interested parties should also detail how these systems provide efficiencies and competition in the acquisition of services and materials. Contractors should indicate their experience with performing under cost reimbursement contracts and include any supporting information necessary. If applicable, contractors should include the point of contact information for their requisite DCAA Auditor and DCMA Administrative Contracting Officer (ACO). Contractors should indicate if they have any current Forward Pricing Rate Agreements (FPRA) or Forward Pricing Rate Recommendations (FPRR) on file with any federal agencies and provide the ACO ™s point of contact information. Contractors should identify accounting systems, financial tools, and practices such as certified accounting system, Generally Accepted Accounting Principles (GAAP) and any Earned Value Managements systems they currently have. Contractors should also indicate if these systems have been found adequate for determining costs applicable to the contract by a recognized audit agency and if that system possesses the capability to segregate cost. Contractors should indicate in their response if they currently hold existing contract vehicles (ie. Navy SeaPort-e, or any others) that this requirement could be procured through. 4. Include any other supporting documentation necessary. Documentation of technical expertise and experience must be presented in sufficient detail for the U.S. Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Standard company brochures will not be reviewed. Submissions are not to exceed ten (10) typewritten pages in no less than 12 font. This announcement is NOT a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the U.S. Government. The Navy will not assume liability for costs incurred in response to this RFI. Responses should be emailed to John.W.North@navy.mil by 12:00 pm eastern standard time (EST) on 20 June 2014. Again, this is not a request for a proposal. Respondents will not be notified of the results and the U.S. Government is not required to answer any questions submitted in regards to this RFI. Please note the information within this pre-solicitation synopsis will be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00189/N00189FDTPS01/listing.html)
 
Record
SN03386219-W 20140607/140605234626-ef8103f673d6f2ab9f4da270449e8d71 (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.