Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
SOURCES SOUGHT

R -- Small Business Sources Sought Notice for Asymmetric Warfare Group (AWG) Support Services.

Notice Date
10/20/2014
 
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
W911S0-16-R-AWGS
 
Response Due
11/5/2014
 
Archive Date
12/19/2014
 
Point of Contact
Michael Adams, 7575018130
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(michael.o.adams@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Sources Sought Announcement is to gain knowledge on interest, technical capability, and financial capacity of potential qualified small business firms. Responses to this Source Sought will be used by the government in making appropriate acquisition decisions to include extent of competition. The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure contract services to support the U.S. Army Training and Doctrine Command (TRADOC), Asymmetric Warfare Group (AWG). Primary duty locations are Fort Meade, MD; Fort A.P. Hill, VA.; and in Theaters of Operations. 1. The AWG provides observation, analysis, training, and advisory support to Army and Joint Force units in order to enhance their capabilities to predict, mitigate, counter, and defeat asymmetric threats and methods. The goal of AWG is to improve the AW capabilities of the U.S. Army at the operational and tactical levels throughout the full spectrum of conflict. AWG enhances the capabilities of U.S. units by making them faster and more adept at identifying and attacking enemy vulnerabilities, and by preparing them for a broader spectrum of threats. The AWG mission includes: -Serving as experts in Asymmetric Warfare (AW). -Providing direct support to the Joint Improvised Explosive Device Defeat Organization (JIEDDO). -Conducting predictive modeling and trend analyses concerning global asymmetric threats. -Conducting trend analyses and producing predictive models on specific threats confronting supported units. -Deploying, integrating, coordinating, and executing battle command of assigned and attached forces. -Assisting supported combatant commanders to develop and maintain the AW Joint Common Operational Picture (JCOP). -Conducting advisory Continental United States (CONUS) and Outside Continental United States (OCONUS) training for in-theater or pre-deployment forces. -Supporting identification, development, and accelerated integration of lessons-learned, TTPs, and countermeasure technologies. -Establishing linkages with all internal, combatant command, and national intelligence agencies, as well as intelligence sources and centers. 2. Qualified sources shall assist TRADOC by providing support in the following areas: a) Headquarters. The Contractor shall support AWG Headquarters operations to include: Command Section support, Special Staff support, Staff Liaison support, Intelligence support, Operations & Training support, Resource Management support, Acquisition support, Logistics support, and Information Management (IM)/Information Technology (IT) support. Contractor analysts shall assist the AWG in conducting trend analysis, prepare predictive models for supported organizations, and support Operations and Intelligence analysis. The Contractor shall support the Group Headquarters and Headquarters Detachment (HHD) by providing supply and maintenance support, including weapons storage and maintenance. The Contractor shall support AWG integration of non-material and material solutions. b) Operations Squadrons. The contractor shall provide operational and tactical advisory assistance and to observe threat tactics and techniques in direct support to Army and Joint Force Commanders. The AWG has two operational squadrons, each composed of a headquarters element and four Troops. The Squadron headquarters plans, coordinates, synchronizes, and trains deployable elements (Troop or Field Team) based on specific operational mission requirements. As required, the Squadron headquarters may deploy to provide mission command over a specific mission. c) Training, Advisor and Assessment Squadron. The Contractor shall provide the expertise and support to analyze the intelligence and operational TTPs, provide training and material solution inter-relationships, support the AWG Recruitment, Assessment, Selection, and Training (RAST) program (including psychological services), and articulate an overarching strategy to combat asymmetric threats. d) Concepts Integration Squadron The Contractor shall provide AW expertise and assistance to support the Concepts Integration Squadron's analyses of ongoing operations to identify asymmetric gaps and capabilities and disseminate the information to AWG Government personnel and ICW AWG Government personnel, other joint military operations. e) AWG Facilities at Fort A.P. Hill. The Contractor shall support Fort A.P. Hill AWG facilities by providing range training and maintenance and medical training and support. 3. Responses are being sought from firms considered small under North American Industry Classification System (NACIS) Code of 541690 - Other Scientific, and Technical Consulting Services, with a small business size standard of $15.0 million. The estimated price range for the resulting contract is $135M-$185M. 4. Responses shall not exceed 10 pages. Additional pages beyond 10 will be removed; cover letters and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. a) Company name, address, CAGE code, and points of contact with telephone numbers and email addresses. b) Business size/classification to include socioeconomic designation of the company (i.e., 8(a), HUBZone, Women Owned Small Business, Veteran Owned Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned Small Business, etc.). c) Information to assess personnel capacity to support a procurement of this magnitude. Identify current number of employees and ability to quickly ramp up within a 30 day phase-in for performance. Also address meeting the requirement for personnel security clearances during this ramp up. d) Gross Average revenue for the last three (3) years. e) Submit information to assess financial capacity for a procurement of this magnitude to include a description of financial capacity and growth capability to perform services of this magnitude. f) Tell the Government why this requirement should not go a large business. It is imperative that businesses responding to this Sources Sought Notice articulate their capabilities clearly and adequately to the five (5) areas (2. a-e) detailed above. For each area (2. a-e identified above), include how your firm, or you in partnership with another firm, can or has in the past, provided services similar or the same as each identified area. Describe your firm's capability to provide the specified support and support services. Capabilities must be articulated in sufficient detail for the Government to determine if the company possesses the necessary area of expertise and experience to compete for this acquisition. Industry input is also requested on the DRAFT Performance Work Statement (PWS) that is attached. QUESTIONS AND/OR FEEDBACK RELATED TO THE PWS MUST BE SUBMITTED AS A SEPARATE DOCUMENT. Responses will only be accepted via e-mail. Telephonic responses will not be honored. Please send your responses to MICC - Fort Eustis by 4:00 pm EDT, Wednesday, November 5, 2014. Submissions may be sent to Michael Adams at michael.o.adams.civ@mail.mil. This is NOT a Request for Proposal. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE. All interested parties shall respond to that solicitation announcement separately from this sources sought announcement. No award will result from this sources sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bfd5c980d1d0df8af38e2d68a1d545ed)
 
Place of Performance
Address: AWG Headquarters Morrison Street Fort Meade MD
Zip Code: 20755
 
Record
SN03553923-W 20141022/141020234135-bfd5c980d1d0df8af38e2d68a1d545ed (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.