SOURCES SOUGHT
23 -- Mobile Training Classroom Systems (MTCS)
- Notice Date
- 12/8/2014
- Notice Type
- Sources Sought
- NAICS
- 336214
— Travel Trailer and Camper Manufacturing
- Contracting Office
- ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
- ZIP Code
- 61299-6500
- Solicitation Number
- W52P1J15RMTCS
- Response Due
- 12/22/2014
- Archive Date
- 2/6/2015
- Point of Contact
- Carrie Holub, 309-782-7611
- E-Mail Address
-
ACC - Rock Island (ACC-RI)
(carrie.l.holub.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may or may not be awarded as a result of this sources sought announcement. The Capability Package for this sources sought market survey is not to be a proposal, but rather responses to the information asked below and statements regarding the Offeror's existing experience. Information or ideas submitted to the Government may be used in formulating its acquisition strategy or technical approach and therefore, permission to use the information for these purposes is inherently granted with the submission. The Government will not pay for any information or administrative cost incurred as a response to this announcement. No proprietary, classified, confidential or sensitive information should be included in your response. The purpose of this announcement is to conduct a market survey. Global Combat Support System Army (GCSS-Army) is acting as the lead office and any task orders issued under the contract will support specific requirements of PM GCSS-Army. Introduction: Ms. Carrie Holub, Contract Specialist, Army Contracting Command - Rock Island (ACC-RI) on behalf of PM GCSS-Army, under the Program Executive Office, Enterprise Information Systems (PEO EIS), is conducting market research for Global Combat Support System-Army (GCSS-Army). This SOURCES SOUGHT ANNOUNCEMENT seeks to identify potential sources capable of providing the required Mobile Training Classroom Systems and related services. Background: Global Combat Support System, Army (GCSS-Army) is conducting market research, seeking potential sources for vendors with performance capabilities to provide Mobile Training Classroom Systems and related services. The MTCS(s) and services being acquired are for support of instructor-led training to students during GCSS-Army's New Equipment Training (NET) phase of fielding scheduled through 4Q FY 2017. Part 1.0 Vendor Requirements a. Vendor must have DoD Security Site Clearance b. Vendor personnel must be U.S. citizens and have National Agency Check with Law and Credit (NACLC) clearance minimum and Common Access Card (CAC); personnel requiring direct NEC-R access will need active Secret clearance. c. Work Locations: The Product Support Integrator (PSI) will provide the above services both on-site in the GCSS-Army PMO at Petersburg, VA and other locations as designated by the Government, in accordance with PdM GCSS-Army fielding and training schedules. The PSI will ensure the PSP place of performance is in accordance with applicable Government-approved training locations. Part 2.0 Work to be Performed and Services to be Provided a. Scope: A Product Support Arrangement (PSA) with a Contractor PSI performing duties at the behest of the PSM, within the Product Management Office (PMO) in Petersburg, VA. The PSI is required to serve in a training delivery capacity responsible for the management of training facilities (fixed or mobile) and classroom equipment in support GCSS-Army Fielding. The PSI must provide relevant multi-disciplined experience in supporting Army logistics, including technical and management initiatives. Knowledge of the GCSS-Army mission, fielding and training requirements is desired. PSIs must demonstrate through prior experience their ability to consistently provide products and services that met customer and applicable statutory and regulatory requirements and enhanced customer satisfaction through the effective application of a quality management system. ISO 9001:2008 certification is desired in addition to having logistics knowledge of Standard Army Management Information Systems (STAMIS). b. Description of Services: Services are required to provide GCSS-Army with a minimum of two (2) custom-designed MTCSs, a Product Support Arrangement (PSA) with a Contractor Product Support Integrator (PSI) performing duties at the behest of the PSM, within the Product Management Office (PMO) in Petersburg, VA. Additionally, the PSI will be prepared to provide additional MTCSs within approximately 120 days of request up to a maximum of twenty (20). The PSI will be required to serve in a training delivery capacity responsible for the management of training facilities (fixed or mobile) and classroom equipment in support GCSS-Army Fielding. The PSI must provide relevant multi-disciplined experience in supporting Army logistics, including technical and management initiatives. Knowledge of the GCSS-Army mission, fielding and training requirements is desired. PSIs must demonstrate through prior experience their ability to consistently provide products and services that met customer and applicable statutory and regulatory requirements and enhanced customer satisfaction through the effective application of a quality management system. ISO 9001:2008 certification is desired in addition to having logistics knowledge of Standard Army Management Information Systems (STAMIS). The Government will provide the in-classroom equipment to include, but not limited to, computers, audio visual equipment and other associated items of equipment. Additionally, the Government will provide classroom computer set-up and instruction. The PSI will be responsible for coordinating the delivery of the MCTS(s) when required, coordinating the delivery of the government-furnished classroom training equipment to the designated classrooms (mobile or fixed), and coordinating for government-contracted NET instructor availability in accordance with the GCSS-Army fielding schedule. Task List: a. Training Delivery Coordination. 1) The PSI will initially provide one training delivery coordinator whose place of performance will be at the government facility in Petersburg, Virginia. 2) The PSI will coordinate with the PSM on potential MTCS deployment locations in accordance with applicable training and fielding schedules. The PSI will be responsible for coordinating with the PSP for delivery of the MTCS(s) when required. 3) The PSI will be responsible for coordinating the delivery of the government-furnished classroom training equipment to designated classrooms (mobile or fixed). 4) The PSI will be responsible for coordinating for government-contracted NET instructor availability in accordance with the GCSS-Army fielding schedule. 5) The PSI will ensure the specifications for the MTCS(s) meet the GCSS-Army fielding and training requirements. The PSI is responsible for coordinating with the PSP to ensure these specifications are met. 6) The PSI will coordinate all activities with the Contracting Officer's Representative (COR) and the PSM as appropriate. 7) The PSI will coordinate and perform site surveys with the PMO and installations for scheduling deployment activities at designated sites; the deployment of MTCS(s) to a site will be based on finalized deployment training schedules and approval from the Government. 8) The PSI will coordinate with the PSP for transportation, on-site support and redeployment support for MTCS(s) based on Government direction. 9) The PSI will coordinate with destination installations for adequate parking space, external power (if available) and latrine facilities. If external power is not available, the PSI is required to ensure the PSP provides a generator with adequate power to run the MTCS. 10) The PSI will coordinate any travel arrangements required for deployment or redeployment. Travel will be in accordance with the Federal Travel Regulation (FTR)/Joint Travel Regulation (JTR). 11) The PSI will ensure the PSP obtains all permits and licenses required to perform all of the covered work. b. Scheduling and Deployment Plans - The PSI will schedule MTCS(s) deployment and redeployments based on Government requirements for scheduled fielding activities and ensure the PSP meets deployment or redeployment requirements. 1) The PSI will schedule MTCS(s) deployment and redeployments based on Government requirements for scheduled fielding activities and ensure the PSP meets deployment or redeployment requirements. 2) The PSI will provide a Deployment Plan for each deployment within 15 days after receiving guidance from the Government that a deployment or redeployment is required. The Deployment Plans will identify travel routes, timelines, and the estimated costs associated with deploying the MTCS(s) to a designated location. 3) The PSI will ensure the PSP sets up each MTCS one (1) day before the training start date. 4) The PSI will ensure the PSP maintains the flexibility to make short-notice changes to deployment schedules based on customer guidance. c. Transportation - Mobile Training Classroom Systems 1) The PSI will ensure through coordination with the PSP that each MTCS is transportable on roads and highways in accordance with Federal and State Department of Transportation (DOT) standards without requiring any special permits or significant modifications. 2) The PSI will ensure the PSP provides appropriately licensed drivers meeting DOT standards to operate as Government-provided prime movers and transport MTCS(s) to various locations through the continental United States. 3) The PSI will ensure PSP designated drivers are trained to set up the MTCS(s) upon training site arrival and are prepared to reconfigure the MTCS to transportation mode once training is complete. 4) The PSI will ensure the PSP Transportation Coordinators and drivers complete and possess appropriate paperwork prior to and during travel (any required permits, driver logbooks, etc.). d. MTCS(s) Set-Up 1) The PSI will ensure the PSP assesses the proposed site for any hazards or safety issues prior to setting up the designated MTCS(s). If potential hazards or issues preventing MTCS set-up are identified at the designated training, on-site personnel will immediately notify the PSI who will initiate coordination for an alternate site. 2) The PSI will ensure the PSP configures the MTCS(s) to the training configuration standard upon on-site arrival. Training site configuration involves disconnecting the MTCS(s) from the prime mover, leveling the MTCS(s), extending the sides, installing stairs and railings for external entrances, installing plates for internal flooring, and coordinating with the installation for on-site electrical for external power, if available. 3) The PSP will ensure that the generator is operating and full of fuel. e. Sustainment MTCS(s) 1) The PSI will ensure the PSP performs scheduled preventive maintenance and unscheduled maintenance in accordance with purchase or lease warranties and requirements to minimize downtime due to MTCS inoperability. 2) The PSI will maintain warranty information and ensure warranty issues are coordinated with the PSP. 3) The PSI will ensure the PSP responds in the event of an MTCS(s) system failure within a minimum of 12 hours to an established training site with providing on-site technical and maintenance. Part 3.0 Deliverables See Attachment 0001 Deliverables Table Part 4.0 Period of Performance: The intended period of performance for this requirement is a Base Year and two (2) Option Years and work will begin no later than thirty (30) days after contract award. MTCS(s) and related services are required in first quarter of 2015. INSTRUCTIONS TO COMPANIES This is a request for information only. Do not submit a proposal or quote. The answers to the questions below should total no more than 10 pages maximum, single spaced (Microsoft Word or.pdf attachments are preferred), (8 quote mark x11 quote mark pages, 1 quote mark margins, 12 pt font, including any tables, diagrams, etc.) including the following: Name of Company: CAGE Code: Address: Point of Contact: Phone Number: Fax Number: Email Address: Proposed Contract Vehicle if any (Example: GSA, Army CHESS, etc) In the Capability Package, the Offeror must respond to and provide detailed answers to all of the following questions: 1. What is your company's experience specific to DoD and Army contracts providing Mobile Training Classroom Systems and related services? Discuss in detail if your company can perform the capabilities listed above. 2. Describe your experience in providing MTCSs with related services and provide an estimate of the dollar value of that effort. Describe the pricing arrangement used in the experience examples (i.e. firm fixed price, cost plus fixed fee, cost plus award fee, time and materials, cost sharing, or cost). 3. Describe your knowledge of GCSS-Army fielding and training requirements. 4. Do you currently support contracts that have the requirement of a secret or higher clearance? 5. Based on the requirements outlined above, do you think your company would propose for this effort as a prime contractor performing at least 51% of the work? Would you plan to team with subcontractor(s)? If so, describe the subject matter and approximate percentage of work that your company would be likely to perform as a prime contractor. How would you manage the subcontractors under the contract? SUBMISSION OF INFORMATION It is recommended that you limit the use of marketing materials in order to provide more substantive information in your written responses. Companies should submit the information requested above no later than 2PM Central Time on 22 December 2014. Please furnish the above requested information,by email only, to Carrie L. Holub, Contract Specialist, at carrie.l.holub.civ@mail.mil and Mr. Neal L. Williams, Contracting Officer, at neal.l.williams.civ@mail.mil. Information provided above and beyond the information requested in this announcement (appendices, brochures, catalogs, etc.) will not be reviewed by the Government. Any company responding to this notice should ensure that the response is complete and sufficiently detailed to allow the Government to determine the company's qualification to perform work. Companies are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to companies with respect to the information submitted. The Army will evaluate the responses to help identify interest and the ability to provide support in the areas outlined in this announcement. All information received in response to this notice will be marked PROPRIETARY and handled accordingly. Proprietary information will be safeguarded in accordance with applicable government regulations. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this notice will not be returned and respondents will not be notified of the results of the evaluation. Additional Info: Contracting Office Address: ACC - Rock Island (ACC-RI), 3055 Rodman Avenue, Bldg 62, ATTN: CCRC-TD, Rock Island, IL 61299-8000 Place of Performance: Primary - Place of Performance is Petersburg, VA and other locations as designated by the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d7f9cfd56f464f3b524f42c9f177c5a2)
- Place of Performance
- Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
- Zip Code: 61299-6500
- Zip Code: 61299-6500
- Record
- SN03590290-W 20141210/141208234626-d7f9cfd56f464f3b524f42c9f177c5a2 (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 |