MODIFICATION
R -- JE-OPETS-BEI (Business & Analytical, Engineering & Technical, Information Technology)
- Notice Date
- 2/16/2018
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-18-R-0008
- Point of Contact
- Stephen F. Smith, Phone: 5082336510, Brian Murphy, Phone: 5082336121
- E-Mail Address
-
stephen.f.smith.civ@mail.mil, brian.f.murphy20.civ@mail.mil
(stephen.f.smith.civ@mail.mil, brian.f.murphy20.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- JE-OPETS Request for Information and Sources Sought for JE-OPETS-BEI (Business & Analytical, Engineering & Technical, and Information Technology) W911QY-18-R-0008: NOTE: This is part three of the three part effort for JE-OPETS. FBO notices for JE-OPETS-A and JE-OPETS-LM can be located searching for keywords W911QY-18-R-0001 and W911QY-18-R-0002. The US Army Contracting Center, Aberdeen Proving Ground, Natick Contracting Division (NCD) on behalf of Joint Program Executive Office for Chemical and Biological Defense (JPM-CBD) is looking for interested vendors to compete for a Multi Award Firm Fixed Price Indefinite Delivery, Indefinite Quantity Professional Services Contract called the Joint Enterprise Omnibus Program, Engineering and Technical Support (JE-OPETS). The team is especially interested in learning more about businesses of all sizes who believe they can fulfill these requirements. The MA ID/IQ will be for approximately six (6) years. After the award of the ID/IQ, individual Task Orders (TO's) will be competed under Fair Opportunity under FAR 16.5 regulations. Please be advised this is for informational, market research purposes only and does not constitute a Request for Proposal (RFP) or Request for Quotation (RFQ). The Government is not responsible for any cost incurred in providing this information. Scope of Work: The Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) and its chartered Joint Project Managers (JPMs) lead, manage and direct the development, acquisition, production/procurement, fielding and sustainment of Chemical, Biological, Radiological and Nuclear (CBRN) defense systems and equipment. Used by the military services within the DOD and by various Other Government Agencies (OGAs), these systems, capabilities and items of equipment provide critical force protection against CBRN threats world-wide. Services needed are for Acquisition, Program Management, Systems Engineering and Technical Assistance (SETA) support and to provide chemical, biological, radiological and Nuclear (CBRN) subject matter experts. JE-OPETS services span the Portfolio Groups (Taxonomy for the Acquisition of Services and Supplies & Equipment) of: Research and Development (R & D); Knowledge Based Services (KBS); and Logistics Management Services (LMS). The predominate portfolios are: (R & D) Systems and Operational Systems Development; (KBS) Engineering and Technical, Program Management and Professional Services; (LMS) Logistics Support Services. Under the Federal Procurement Data System, Product and Services Manual, the predominate services being purchased are identified by codes: • AD94 - R & D, Other Defense, Engineering Development; • AD95 - R & D, Other Defense, Operational Systems Development; Additional (supporting) codes are identified as: • D314: ADP Acquisition Support Services • R408: Program management Support - Professional Program Management/Support ("...where the Contractor provides program management support to a Government Program Manager."); • R425: Support - Professional: Engineering /Technical Services which includes systems engineering, technical assistance and other services used to support the Program Office during the (DoDI 5000.02) Acquisition Cycle • R706: Logistics Support Services (Less 4 Army LOGCAP Contacts) Applicable North American Industry Classification System (NAICS) Codes for the Medical and Logistics Business area are indicated below: • 541330 Engineering Services; • 541711 Research, Development in Biotechnology • 541712 Research and Development in the Physical, Engineering, and Life Sciences (except biotechnology) JPOE-CBD is seeking contracted team members with CBRN and CBRN-related expertise and experience to support various programs under both the Business and Analytical, Engineering and Technical, Information Technology, Logistics, and Medical Business Areas. The contracted personnel must be able to interact with both military and civilian leaders in each of the business focus areas at several locations across the United States. Contracted team members will be co-located with government leadership in government facilities and others will be off site at contractor provided location(s). On Site locations include but are not limited to: Aberdeen MD, San Diego CA, Bedford MA, and Stafford VA. Contractors would be expected to make personnel available at all of the required locations based on requirements and articulated in each Task Order. In addition, need for contracted personnel exists in Afghanistan, Kuwait, and Republic of Korea. Since requirements and skills needed are varied the government anticipates six (6) different skill levels will be required under each of the labor categories listed below under the BEI Business Areas: To facilitate this support requirement, the JPEO-CBD has identified the following areas of interest: Financial Management Services Management, Organizational & Business Improvement Services Affordability & Costing Specialized Analysis Engineering Support Specialized Engineering Test & Evaluation Science & Technology Information Assurance Architecture Support Software Interested parties shall demonstrate their ability to meet the requirements of this scope of work and shall describe their expertise at recruiting and hiring qualified employees within 30 days of Task Order award. The contractor shall also demonstrate their ability to retain employees for both the within the BEI domain. A brief explanation of your company's financial ability to accomplish these task orders is required. Please include your CAGE code and any and all socioeconomic detail based on the NAICS codes listed above. Responses to this RFI should be in the form of a capabilities document of no more than three (3) pages in length and sent to the Contracting Specialist, Stephen Smith, via email only (stephen.f.smith.civ@mail.mil). Phone calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/069f71793c254018f3b8827e351819d3)
- Record
- SN04826528-W 20180218/180216231018-069f71793c254018f3b8827e351819d3 (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 |