Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2014 FBO #4779
SOURCES SOUGHT

R -- Mission Command Training Program Small Business Sources Sought

Notice Date
12/23/2014
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related 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-MCTP-17
 
Response Due
1/15/2015
 
Archive Date
2/21/2015
 
Point of Contact
justin.balster, 7578783166
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(justin.balster@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 with capacity to provide training program support. 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 Mission Command Training Program (MCTP) at the United States Army, Combined Arms Center (CAC), Fort Leavenworth, Kansas. CAC Fort Leavenworth is a major subordinate command of the Army Training and Doctrine Command (TRADOC) and has the mission to prepare the Army and its leaders for war. Fort Leavenworth is the Army's Center for Excellence in combined arms education, doctrine, and leadership development. MCTP's mission is to support realistic, stressful training for Army Forces Headquarters/Joint Forces Land Component Commander (ARFOR/JFLCC), Corps, Divisions, Brigade, and Battalion Commanders and their staffs to assist the Chief of Staff, U.S. Army (CSA), in fulfilling his obligation to provide trained and ready units to win decisively on the modern battlefield, and to conduct contingency operations worldwide. Qualified sources shall provide support to the Mission Command Training Program (MCTP) and provide a workforce possessing the skills, knowledge and training to perform the requirements and training to the standards set forth in the attached draft PWS (Performance Work Statement. In accordance with the draft PWS, the specific tasks include: 1)Exercise Support. The Contractor shall support MCTP's computer simulation training and modeling requirements. The contractor shall operate from the MCTP facility at Fort Leavenworth, Kansas, except during training exercises. During training exercises, Contractor personnel shall travel to CONUS and OCONUS (i.e., Europe, Hawaii, and Korea) training sites for approximately thirty (30) weeks a year. 2)Exercise Planning. Contractor shall attend and participate in, with at least one representative, all pre-exercise planning conferences and site surveys to assist Government representatives in obtaining and providing information pertinent to an upcoming exercise cycle. At the conclusion of each initial or follow-on planning conferences (e.g., Initial Exercise Planning, Concept Development conference (CDC, VTC), Final Exercise Planning (FEP), Initial Exercise Planning (IEP), Mid Exercise Planning/Sight Survey (MEP/SS), Master Scenario Event List (MSEL), and/or site survey, etc.), the Contractor shall provide minutes of the meetings. Minutes shall be posted to the SharePoint portal and other designated medium (paper, CD, and or DVD). All minutes are due three (3) business days after the meeting/conference. 3)Simulation Exercise Support. The Contractor shall validate and input all troop list, order(s) of battle, weapons effects, terrain data, TOE/MTOE equipment data, Operations Order/Operation Plan (OPORD/OPLAN) general situation (Road to War) events and activities, force structure, and operations descriptions for both the BLUFOR and OPFOR. The Contractor shall ensure the simulation database for seminars or exercises allow the training to commence and continue to run as scheduled by MCTP. 4)Exercise Preparation. The Contractor shall coordinate equipment support at the required training site. 5)Exercise Execution. The Contractor shall provide exercise support to the S3, OPSGP -Xs Maneuver Control cells, to include development of the Simulation Control Plan, Intel Exchanges and review of simulation workarounds. The Contractor shall support the conduct of each MCTP designated exercise. 6)Exercise Assessment. The contractor shall support the development of After Action Review to include audio visual products and data structuring. 7)Professional Support. Contractor shall provide Skilled Role Players (SKRP) qualified to serve as Ambassadors for designated seminars and exercises. Ambassadors shall be experts in foreign policy, political-military affairs, or humanitarian missions in specifics mission areas that the unit undergoing training will be deployed. 8)Conduct Simulation and Modeling Research and Analysis. The contractor shall conduct research and analysis to aid in enhancement of technical support for the continued development of MCTP's simulation and modeling effort. These tasks are all interrelated and cannot be separately done by multiple vendors; therefore, capability must be demonstrated in all areas in order to provide the support necessary. The task areas build upon each other in order to provide the support for each training exercise executed. Small businesses may use teaming partners; however, small businesses must have capability to provide at least 50% of the effort as a prime contractor. Responses are being sought from firms considered small under North American Industry Classification System (NACIS) Code of 541519 - Other Computer Related Services, with a small business size standard of $27.5 million and FSC code R799, Other Management Support Services. The estimated price range for the resulting contract is $350-400M. Responses shall not exceed 15 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 to a large business in lieu of small business, or further, to a socio-economic set-aside. It is imperative that businesses responding to this Sources Sought Notice articulate their capabilities clearly and adequately to the eight (8) areas (1-8) detailed above. For each area (1-8 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 no later than 2:00 pm EDT, 15 January 2015. Submissions may be sent to Justin C Balster at justin.c.balster.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/c734e5811051850e33dc73c577f9b6b0)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN03603586-W 20141225/141223234630-c734e5811051850e33dc73c577f9b6b0 (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.