SOURCES SOUGHT
R -- Force Development Directorate - Technical, Analytical, and Financial Services
- Notice Date
- 11/16/2020 12:32:29 PM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB21R0008
- Response Due
- 12/4/2020 11:00:00 AM
- Archive Date
- 12/19/2020
- Point of Contact
- Jan Scott, Phone: 4103062677
- E-Mail Address
-
jan.a.scott.civ@mail.mil
(jan.a.scott.civ@mail.mil)
- Description
- Sources Sought Notice (W91CRB-21-R-0008): This notice is for market research only, with the intent to identify both large and small businesses under the special socioeconomic categories identified in FAR 19.203 (8(a), HUBZone, SDVOSB, WOSB) that are interested in and capable of performing the requirements in the attached requirements document. This sources sought notice does not constitute a solicitation, Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. �This notice shall not be construed as a commitment by the Government for any purpose. The U.S. Army Contracting Command - Aberdeen Proving Ground, on behalf of the Office of the Deputy Chief of Staff G-8 (DCS), is issuing this Sources Sought Notification (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support the requirement�s technical, financial, and operational analysis in support of Force Development (FD). The intention is to procure these services on a competitive basis. 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. 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 their submissions. PLACE OF PERFORMANCE The work to be performed under this contract will be performed at Government facilities within the National Capital Region (NCR). In the event of continuity of operations (COOP) during emergency situations, contractors identified as ""Key Personnel"" may be required to work at the G-8 alternate assigned Government work sites within the NCR. All contract personnel may be allowed to telework in the event of COOP operations, but only if approved in advance by the Contracting Officer and only if there is no additional expense to the government. In the event of an extended emergency situation such as a Pandemic like COVID-19, the COR may authorize contract personnel to telework. PROGRAM BACKGROUND The Force Development (FD) Directorate's overall responsibility is to provide fully equipped forces, in a fiscally constrained environment, that meet of the Army Force requirements outlined in the Army Campaign Plan (ACP). Essential to this mission is the FD's role in supporting the DCS G-8 as the principal Army Staff advisory to the Chief of Staff of the Army (CSA) on all materiel requirements and the prioritization, integration and programming of Army and Joint materiel capabilities to include translating Army materiel requirements into programs that are synchronized across the domains of Doctrine, Organization, Training, Materiel, Leadership and Education, Personnel, and Facilities (DOTMLPF); coordinating Army efforts with the Joint Requirements Oversight Council (JROC) and Army Requirements Oversight Council (AROC); validating, approving, and prioritizing Army materiel capabilities; and ensuring the integration of materiel capabilities across missions and functional areas. As part of the Planning, Programming, Budgeting, and Execution (PPBE) process, the FD builds the materiel portion of Program Objective Memorandum (POM). The contractor shall perform a broad range of technical, financial, and operational analysis in support of the Department of the Army. Contract support shall include recommendations relating to the overall force development of the Army. The contractor shall be required to provide subject matter expertise for an Army system, however, at no time will the contractor serve as the lead for any Army systems to include ACAT I, ACAT II, and ACAT III programs. Government maintains control and oversight of all programs. Contractors are not directing Government personnel at any time during the performance of this contract and at no time will the contractor personnel be supervised by Government personnel. REQUIRED CAPABILITIES The Contractor shall provide services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, 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. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. The contractor shall be required to comply with all appropriate Government security directives and regulation when performing work in support of the included PWS. The highest security classification of work to be performed under this execution plan is Top Secret/Sensitive Compartmented Information (TS/SCI). Contractor personnel performing work under this contract must have a Secret (S) or Top Secret (TS) clearance or be able to obtain and must maintain the level of security required for the life of the contract. The security requirements will be specified in a DD254 that will be included with a future solicitation The Contractor shall be required to furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed as Government Furnished Property (GFP) in the attached PWS. ELIGIBILITY The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $15,000,000. The Product Service Code is R699. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION & SUBMISSION DETAILS (CAPABILITIES STATEMENT) Each interested party should submit a tailored capabilities statement for this requirement not to exceed twenty five (25) pages (including any attachments) that clearly details the firm's ability to perform the aspects of the requirement described within this Sources Sought Notice and attached PWS. Each interested party must articulate its qualifications and capability to support the requirements of the attached requirements document.� The deadline for response to this request is no later than 2 pm, EST, 04 December 2020. �All responses under this Sources Sought Notice must be submitted via e-mail only in PDF format to Contract Specialist, Jan Scott at jan.a.scott.civ@mail.mil with a courtesy copy to the contracting officer at alexander.s.obriwin.civ@mail.mil. � This documentation must specifically address the following items: 1.) �Provide a statement or explanation of the company�s background, technical expertise, experience, staffing, and other capabilities that demonstrate the company�s ability to perform the stated services and requirements. What is your team�s knowledge and experience in the following areas? Planning, Programming, Budgeting, and Execution (PPBE) Joint and Army requirements processes as outlined in Chairman, Joint Chiefs of Staff Instruction (CJCSI) 3170.01 Joint Capabilities Integration and Development System (JCIDS) Materiel acquisition as directed by DoD 5000.2 Operation of the Defense Acquisition System Army force structure design and development processes; and Army force modernization, equipment fielding practices, and requirements as directed by Army Regulations 71-32 Force Development and 71-9 Force Development Warfighting Capabilities Determination Army Databases related to the above (1.a.-d.) 2.) �Has the Offeror ever had a Department of Defense Contract? If so, answer the following: How large was the team? What was the total value of the contract? How large was the customer organization? On average, what was your vacancy rate and how long did it take for you to fill vacancies? On average, how long did employees stay in position and what was their reason for leaving? 3.) �How does the Offerors team of personnel demonstrate knowledge and experience to work on-site with the Headquarters Department of the Army staff? 4.) �What are the core competencies of the Offeror and its employees that demonstrate the necessary skills, relevant experience, and capabilities to support the PWS requirements? 5.) �What experience does the offeror have, consistent with statutory requirements, in providing program management functions such as recruiting, retaining, training and supervising a diverse group of 30 plus personnel? Located in various support locations? Specifically describe your processes. 6.) �Based on your company experience providing the same scope of services outlined in the PWS describe a framework for successful performance measurement and recognition that the company has experienced on other Federal Government contracts. Provide information about the specific Federal government customer and how and why the arrangement worked for both your company and the customer. 7.) �Can or has your company managed a team of subcontractors before? If so, provide details. 8.) �What specific technical skills does your company possess which ensure you have the capability to perform the tasks? 9.) �Please note that if the solicitation were conducted as a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 10.)� How would your company support this contract if required to work offsite (in a telework-like situation)?� 11.)� How will you ensure your employees are trained and certified to get to work immediately upon contract award (are you planning on hiring incumbents or bringing in a new team)? 12.)� Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, Data Universal Numbering System (DUNs) number, etc. 13.)� Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, 8(a), or Service Disabled Veteran-Owned Small Business Concern. 14.)� Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 15.)� Is the vendor aware of any General Services Administration (GSA) Schedules or Government-wide Acquisition Contracts (GWACs) that could satisfy this requirement? 16.)� Would you intend to perform as a Prime or Subcontractor? a.� If seeking to perform as a prime, which part(s) of the PWS would you subcontract, if any? Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. 17.)� From a personnel resource standpoint, does your company have sufficient human capital assets to support a project of this size and scope? 18.)� Does your company have a current approved DCAA Cost and Accounting System? 19.)� Does your company believe a different NAICS code should be considered for this PWS?� a.� If so, please provide recommendations with supporting rationale. 20.)� Does this Performance Work Statement (PWS) provide sufficient requirements information for you to submit a proposal if it were included as part of a future solicitation? a.� If not, what additional requirements information would be needed? 21.)� Are there any ambiguities that require clarification? 22.)� Are the standards of performance clear? 23.)� Are there additional standards that should be incorporated? 24.)� Based on the requirements of the PWS, the vendor is requested to provide input on which contract type(s) they assess would be best suited for this procurement. Specifics regarding the period of performance and number of option periods will be provided in a future solicitation. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. 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. No phone calls or faxes will be accepted in relation to this notice. All questions relating to this notice must be submitted via email only to the contract specialist identified above. �Answers and or clarifications resulting from these questions, if appropriate, will be posted through the original SSN to ensure all interested parties have access to the resulting information at the same time and place. �The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7ccaa926d36641b28a99ef3243b520d8/view)
- Record
- SN05854101-F 20201118/201116230141 (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 |