MODIFICATION
R -- eXportable Combat Training Capability - DRAFT PWS - DRAFT GFP list
- Notice Date
- 11/28/2016
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK-ARNG-XCTC
- Archive Date
- 12/31/2018
- Point of Contact
- Graham K. Oliff, Phone: (407) 208-3450, Michelle Burrell, Phone: (407) 384-3544
- E-Mail Address
-
graham.k.oliff.civ@mail.mil, michelle.r.burrell.civ@mail.mil
(graham.k.oliff.civ@mail.mil, michelle.r.burrell.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT GFP list for the ARNG XCTC requirement DRAFT PWS for the ARNG XCTC requirement INDUSTRY DAY: The XCTC Industry Day is scheduled for 4 Jan 2017 from 8:00am to 12:00pm in the Partnership III Building, Conference Room 321 A&B located at 3039 Technology Parkway, Orlando, FL 32826. Attendees shall pre-register for a XCTC Industry Day, providing the company name, attendees (main Point Of Contact), organization, phone number, and email address via email to the Contracts point of contact (POC) no later than 4:00 p.m. Eastern on 20 Dec 2016. Please see the "XCTC INDUSTRY DAY" below for more details. PRELIMINARY PROPOSED REQUIREMENT: The Army Contracting Command Orlando, Florida is seeking to identify sources capable of providing information technology (IT) and professional services in the form of instrumentation and battlefield immersion support for the conduct of Army National Guard's (ARNG) eXportable Combat Training Capability (XCTC). The contractor shall provide: • Program Management • Planning • Rotation Execution • Systems & Govt. Property • Transition Plan The mission of the XCTC program is to provide a highly realistic, fully instrumented, and intensive live training event for Brigade Combat Teams (BCT), Functional, and Multi-Functional Brigades as they prepare for training in support of the Sustainable Readiness Model (SRM). The scope of the ARNG's XCTC Program involves training as many as three Brigades (BDE), simultaneously at multiple locations using a Government provided instrumentation system that tracks and records location and time synchronized training events. In FY17, there are currently five rotations scheduled at four different locations. Program Management - The Contractor shall provide program management and technical support for the overall integration of the Exercise Support Cell (ESC), instrumentation and communication, sustainment, battlefield immersion, battlefield effects, and rotational logistics support for each event described in the PWS. This support includes oversight and responsibility for coordination between each element of the support team, XCTC hosting ranges and training areas, information technology (IT) and frequency management personnel, and the ARNG XCTC Program Office. Planning - The Contractor shall assist and support the exercising brigade and JFHQs with training management, resource management, logistical management, personnel and battle-roster management, ammunition requirements, and training lanes development. The Contractor shall plan to execute multiple simultaneous exercises at geographically separated locations throughout the period of performance. Rotations - XCTC provides a fully instrumented training event (a "Rotation") that enables Brigade Combat Teams (BCT) to meet Department of the Army (DA) training aim points (including a Platoon (PLT) and Company Live Fire Exercise (LFX)) prior to entering Maneuver Combat Training Centers (MCTC). The XCTC end-state is to achieve PLT or Company-level proficiency with competent leaders and provide trained Soldiers prepared for success on the battlefield. Systems & Govt. Property - The Contractor shall provide storage (with 30% expansion capability), maintenance, testing, staging, and distribution for all GFP throughout the contract, whether at XCTC training sites (during Rotations), repair depot, or Contractor's storage facilities. The Contractor shall maintain 100% inventory and asset accountability of all GFP. The Contractor shall maintain the operational readiness of Government provided systems. The Contractor shall host, update, and maintain the XCTC website. Transition - The Contractor shall develop and implement a transition plan that also accounts for all GFP. RESPONSE INSTRUCTIONS: Responses shall include documentation of technical expertise and capability in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Customer information shall include the Customer/Agency name, address, point of contact name and phone number, and number of users and locations fielded for that customer. It is imperative that business concerns responding to this announcement articulate their capabilities clearly and adequately. 1. Only email submissions will be accepted. 2. Use MSOffice 2013 compatible (.xlsx,.docx or.pptx) or Adobe Acrobat 9 Pro (.pdf) formats. 3. Classified material will not be accepted. 4. Material samples will not be accepted. 5. Information papers may be submitted in a White Paper Format and will count towards the total number of pages allowed. The cover sheet shall include the following company information: name, address, URL, POC name and email address, Commercial Government Entity (CAGE) code number, Data Universal Numbering System (DUNS) Number, business type and size, and a statement if your firm is or is not foreign owned, foreign controlled, or has foreign influence. 6. Limit responses to 15 pages of technical content, including graphs/charts or pictures. The cover sheet and a single page of general corporate information, including past performance and key personnel, are not included in the 15 page limit. 7. Minimum acceptable font size is 12 Times Roman. 8. All documents should be typed in single space, single sided pages, with a minimum of one (1) inch margins all around. 9. The deadline for submitting capability statements is 1:00 P.M. Eastern on 17 January 2017. All email responses shall be sent to the Contract Specialist identified below. Section I. Describe your firm's applicable capabilities related to the enclosed DRAFT PWS and related past performance and/or current work experience your company has performing a program of this type, complexity, and of a similar nature (to include contract name/number, customer name/contract information, period of performance, and a brief description of the related services). Past performance should be recent (meaning contract is ongoing, or, if the contract has ended, the contract end date shall be no more than five years prior to this SSN posting date). Please indicate whether or not you were a prime contractor. Please describe your effort and role. Section II. The Government encourages industry to provide comments and suggestions relating to acquisition strategy to include: NAICS, contract type, contract structure, teaming arrangements, small business participation/set asides, etc. Describe your firm's perspective on effective strategies for satisfying this requirement, focusing on real-world and/or conceptual solutions and relevant lessons learned that address the Government's XCTC requirements. Please provide any realized or theoretical earned value (e.g. cost, schedule, performance) that may be derived from the strategy/strategies. Describe the basis behind the recommendation and the expected outcomes. Outcomes should be rationalized and articulated in terms of the costs and benefits to the Government. If you are not capable of performing the entirety of the work described, provide a response for the specific aspects of the proposed requirement that you are capable of providing. Section III. Please answer the following questions: 1. Describe in detail your company's understanding of conducting large scale military exercises with Army National Guard (ARNG) Soldiers, specifically; Exercise support planning, Instrumentation, Battlefield Immersion, Battlefield Effects, Logistics, Technology Insertion and provide an example of a capability that highlights this knowledge. 2. Discuss your company's approach to management of each functional area, methods to increase efficiency, reduce costs, provide high quality training and mitigate program execution risk. 3. Describe your company's experience with conducting military exercise support to planning at the Brigade size. Provide examples of this capability while executing up to 3 simultaneous rotations at 3 separate locations. 4. Provide examples of your firm's capacity to provide state of the art Instrumentation to support After Action Reviews. Describe your ability to instrument all exercise entities and provide details of the training area dimensions when addressing throughput numbers. 5. What are your company's ability to provide Battlefield Immersion? Detail this capability to address replication of region specific villages, native language speaking role players, civilians on the battlefield, region specific wardrobe, and mass casualties. 6. Discuss your firm's capacity to supply Battlefield effects in sufficient quantity and quality. Specifically detail how you can provide non-pyrotechnic (battlefield) devices, replicate indirect fires, improvised explosive devices (all types), weapons, and props. 7. Describe your company's ability to provide logistical support to a large scale military exercise. Address the specific areas of: management, transportation & travel, Life support functions, village construction, post exercise recovery operations and administrative functions. 8. Do you intend to submit a proposal if a RFP is issued? If yes, would you submit a proposal as a prime contractor or a subcontractor? Please describe how you plan to meet the limitations on subcontracting per FAR 52.219-14, Limitations on Subcontracting and how teaming to meet the overall requirements (if required) would be accomplished. 9. In general, are there specific portions of the DRAFT PWS that you feel needs to be defined more clearly? XCTC INDUSTRY DAY: The XCTC Industry Day is scheduled for 4 Jan 2017 from 8:00am to 12:00pm in the Partnership III Building, Conference Room 321 A&B located at 3039 Technology Parkway, Orlando, FL 32826. The briefing shall begin at 8:30am. Attendees shall pre-register for the XCTC Industry Day, providing the company name, attendees (main Point Of Contact), organization, phone number, and email address via email to the Contracts point of contact (POC) no later than 4:00 p.m. Eastern Standard Time (EST) on 20 Dec 2016. Due to limited parking in the Partnership III parking lot, all visitors are requested to park in large parking lot on the corner of Science Drive and Technology Parkway. When pre-registering, please indicate your firm's desire to participate in a 40-minute one-on-one session which will be scheduled by the Government to occur on 4 Jan 2017 through 6 Jan 2017. LIMITED NUMBER OF TIME SLOTS AVAILABLE. Your company's main POC will be notified of your scheduled one-on-one session with members of the Government team. The one-on-one sessions will be held in person and/or via telecon. CONFIDENTIALITY: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary information in any resultant solicitation(s). DISCLAIMER: This notice is issued solely for information and planning purposes and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this notice is strictly voluntary and will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this notice or the Government use of such information. This Request for Information is not tied to any current request for proposals (RFP). Not responding to this notification does not preclude participation in any future RFP or other solicitation, if any is issued. The information provided in this notice is subject to change and is not binding on the Government. The Government does not intend to award a contract on the basis of this notice. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/3f8aaec4ca061aa4d3e450c14b5192d6)
- Place of Performance
- Address: Various training locations throughout the United States., United States
- Record
- SN04336679-W 20161130/161128233819-3f8aaec4ca061aa4d3e450c14b5192d6 (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 |