Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2020 SAM #6650
SOURCES SOUGHT

R -- Fielded Force Integration Directorate Capability Manager Support

Notice Date
2/11/2020 10:35:43 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W6QM MICC-FT RUCKER FORT RUCKER AL 36362-5000 USA
 
ZIP Code
36362-5000
 
Solicitation Number
11447222
 
Response Due
2/28/2020 10:00:00 AM
 
Archive Date
03/14/2020
 
Point of Contact
Vanessa Martinez-Harris, Phone: 3342550886
 
E-Mail Address
Vanessa.martinez-harris.civ@mil.mil
(Vanessa.martinez-harris.civ@mil.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR PRODUCTS INTRODUCTION The Mission Installation Contracting Command at Fort Rucker, AL is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide contractor support to provide professional support services for Army Capability Managers (ACM) located at United States Army Aviation Center of Excellence (USAACE), Fort Rucker, Alabama, Fielded Force Integration Directorate (FFID).� In its mission to support integration and synchronization of Army Aviation modernization Army Aviation efforts for the current force and prepare the force to field emerging capabilities. Assists FFID and Army Capability Manager-LIFT and Army Capability Manager- Reconnaissance and Attack in the conduct of their specific DOTmLPF-P integration and synchronization efforts addressed in respective ACM Charters and directives from CG ACOE, CG CAC, HQ TRADOC and HQDA for the enduring force modernization efforts and supporting the fielding of emerging capabilities from the AFC. Focus areas include� unmanned aircraft systems (UAS), manned Reconnaissance and Attack aircraft, manned Utility and Cargo rotary/vertical lift aircraft,� Fixed Wing Aircraft (Utility, Cargo, Special Electronic Mission Aircraft) , and Army Aviation weapons and munitions requirements development and integration support including associated Training Aids, Devices, Simulators, and Simulations (TADSS). Optional task include support for: (1) synchronization and integration support for� Doctrine, Organization, Training, Materiel, Leader Development, Personnel, Facilities and Policy (DOTMLPF-P) efforts with Headquarters Department of the Army, TRADOC Commands, and other TRADOC Centers of Excellence FFID/ACM on enduring Aviation portfolio modernization strategies and fielding of current and future aviation systems, (2) Synchronization and integration support for Aviation Survivability Equipment on Army aircraft and associated Electromagnetic and Cyber impacts against Army Aviation systems.� A draft PWS is attached for your information. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The Contractor shall provide all personnel, equipment, supplies, transportation, materials, supervision, and other items and non-personal services necessary to perform support services for the FFID and assigned Army Capability Managers located at Fort Rucker, Alabama as defined in this Performance Work Statement except for those items specified as government furnished property and services.� The Contractor shall perform to the standards in this contract.� Government retains approval and acceptance authority for any analysis, feasibility studies, and strategies developed under this contract as well as decision authority for course of action selection, approval and implementation.� In addition, the Government is responsible for approving all work products the contractor provides in connection with this PWS. The work products become government property when approved. The contractor shall provide the necessary subject matter expertise, able to perform the integration and synchronization of the DOTMLPF-P domains for Army UAS, Manned Reconnaissance/Attack aircraft, Manned Utility/Cargo rotary/vertical lift aircraft, Fixed Wing Aircraft (Utility, Cargo, Special Electronic Mission Aircraft) , Aviation weapons and munitions, and Aviation portfolio TADSS stating 1 September 2020 if/when exercised, Systems Integration and Management Support and Electromagnetic and Cyber Support, utilizing the Department of Defense (DoD) Joint Capability Integration and Development System (JCIDS) requirements development processes and documentation and TRADOC Regulation (TR) 71-20 and� TR 71-12.� This effort also includes development of operational methodologies that support the Warfighter Functions and capture the capabilities/requirements into requirements documentation (materiel and non-materiel) as well as materiel development work statements to reduce acquisition time, costs and technical risks.� The contractor shall have the operational and Army Aviation system subject matter expertise for UAS, aviation weapons and munitions, Electromagnetic and Cyber, manned Reconnaissance and Attack, Utility, Cargo, and Fixed Wing Aircraft, and associated TADSS which they shall use to provide input and recommendations to the supported Army Capability Manager and FFID. During the base year, the government will require CME for UAS, Manned Reconnaissance/Attack, Manned Utility / Cargo Aviation Platforms, Fixed Wing Aircraft , Aviation Weapons and munitions, and associated Aviation portfolio TADSS.� Historically for UAS this level of effort has required two CME; two CME for Reconnaissance/Attack aircraft support; two CME for Utility and two for Cargo aircraft support, one CME for Fixed Wing, one CME for Aviation Weapons and munitions, and one CME for TADSS.� All optional CLINS will align with base year timelines on subsequent option years. For more information see the attached �DRAFT Performance Work Statement.� ELIGIBILITY The applicable NAICS code for this requirement is 541990 with a Small Business Size Standard of $16.5 mil.� The Product Service Code (PSC) is R408. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Vanessa Martinez-Harris, in either Microsoft Word or Portable Document Format (PDF), via email vanessa.martinez-harris.civ@mail.mil no later than 12:00 p.m. CST on 28 February 2020 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e7a30f679d22473abadcaaeaf1970bf2/view)
 
Place of Performance
Address: Fort Rucker, AL 36362, USA
Zip Code: 36362
Country: USA
 
Record
SN05559603-F 20200213/200211230205 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.