SOURCES SOUGHT
R -- JLTV Test Requirement - PWS - JLTV Test Requirement_17NOV17 DRAFT
- Notice Date
- 12/5/2017
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
- ZIP Code
- 23604-5538
- Solicitation Number
- PANMCC-18-P-0000_073452
- Archive Date
- 12/27/2017
- Point of Contact
- William M. Jaeger, Phone: 7575017281, Shaina S. McKeel, Phone: 7575018120
- E-Mail Address
-
william.m.jaeger.civ@mail.mil, shaina.s.mckeel.civ@mail.mil
(william.m.jaeger.civ@mail.mil, shaina.s.mckeel.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is: 541990 All Other Professional, Scientific and Technical Services with a size standard of $15M. The Mission and Installation Contracting Command (MICC) – Fort Eustis is conducting market research to identify the availability of qualified small business firms that are technically capable of providing the Training and Doctrine Command (TRADOC) Deputy Chief of Staff for Intelligence (G-2)’s Threat Emulation Force (TEFOR) technical and subject matter expertise (SME) support for the Test and Evaluation (T&E) requirement for the U.S. Army Operational Test Command (OTC)’s Joint Light Tactical Vehicle (JLTV) Multi-Service Operational Test and Evaluation (MOT&E). Industry input is also requested on the DRAFT Performance Work Statement (PWS) that is attached. QUESTIONS AND/OR FEEDBACK RELATED TO THE PWS SHALL BE SUBMITTED AS A SEPARATE DOCUMENT. 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: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify possible subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. In support of the JLTV test, the Contractor shall perform the following services: Develop an Opposing Force(s) (OPFOR) Academy in support of the MOT&E. Contractor shall provide TRADOC G-27 TEFOR certified Threat SMEs to develop instructional material for an OPFOR Academy that targets the TRADOC G-2 approved OPFOR collective tasks and other tasks approved by the TRADOC G-27 TEFOR Director ISO the JLTV MOT&E. The Contractor shall develop the program of instruction (POI) and instructional material. The POI and instructional material will be provided to TRADOC G-2’s TEFOR Director for approval prior to the start of the OPFOR Academy. Deliver a TRADOC G-27 approved five (5) day OPFOR Academy at 29 Palms CA. Provide equipment and labor support for live OPFOR operations. The Contractor shall provide OPFOR unique equipment that supports the replication of the Operational Environment (OE) for the test. Operate and maintain the Unmanned Aerial Vehicles (UAVs). The Contractor shall provide a small UAV (group 1) and a team with C2 to provide Intelligence Surveillance and Reconnaissance (ISR) to the OPFOR during the MOT&E for 12 hours daily. Aircraft must have day and night optics. Aircraft must have a valid U.S. Army Air Worthiness Release for operations in the CONUS Military training areas. Aircraft must also conform to some restrictions. The UAV Team and aircraft must be capable of operating during the day and night. The teams must have technical support vehicles to move independently in the field. Contractor shall coordinate daily with the test staff for mission requirements. Provide Field Observers to monitor live OE replication. The Contractor shall provide TRADOC G-27 TEFOR certified Threat SMEs to advise and coach the OPFOR unit, and to observe the OE Replication. The Threat SMEs shall provide the TEFOR Director with a report that enables the Director to certify the OE replication during the test. The Contractor shall also provide planning support to the TEFOR Director as required. Threat SMEs have technical support vehicles to move independently in the field. Operational Environment/threat assessment matrix. The Contractor shall work with the Director TEFOR to complete an operational environment/threat assessment matrix, informed by the Threat doctrine and the Threat for Test Support Plan (TTSP) document. This provides a methodology for OE/Threat validation. Final Written Analysis. The Contractor shall provide a final written analysis of observations throughout the field and simulation event. 4. Responses will only be accepted via e-mail. Please send your responses to MICC – Fort Eustis by 12P M EDT, 12 December 2017. Submissions shall be sent to William Jaeger at william.m.jaeger.civ@mail.mil and Shaina McKeel at shaina.s.mckeel.civ@mail.mil. 5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/a8a334195da9b19859fdea71b7b7fdab)
- Place of Performance
- Address: Marine Corps Air Ground Combat Center, 901 Adobe Rd, Twentynine Palms, California, 92277, United States
- Zip Code: 92277
- Zip Code: 92277
- Record
- SN04757669-W 20171207/171205231634-a8a334195da9b19859fdea71b7b7fdab (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 |