Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
SOURCES SOUGHT

B -- GSA schedule sources sought, support for CAC-T, Collective Training Directorate (CTD) for Army Task Management Support. Fort Leavenworth KS

Notice Date
8/11/2004
 
Notice Type
Sources Sought
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
ACA, NRCC, Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF4-T-0009
 
Response Due
8/17/2004
 
Archive Date
10/16/2004
 
Point of Contact
ROBERT KNOPP, (913) 684-1897
 
E-Mail Address
Email your questions to ACA, NRCC, Fort Leavenworth
(ROBERT.KNOPP@LEAVENWORTH.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
The Northern Region Contracting Center, Mission Support Division, Fort Leavenworth, KS, is seeking sources among GSA schedule contractors. The service requested is support to CAC-T, Collective Training Directorate (CTD) for Army Task Management Supp ort. The contractor shall provide support for CAC-T CTDs Army Collective Task Management Program responsibilities. The tasks are administrative, including analyzing Collective, Supporting and Individual Tasks, analyzing and providing recommendations to tasks for the Universal Joint Task List (UJTL) and the Army Universal Task List (AUTL), keeping records, preparing military correspondence and briefings for Government review, operating office automation equipment and participating in live and distributed conferences in support of Collective Task Management Executive Agent responsibilities. All interested contractors must address all areas of their expertise listed in this requirement. The contractor personnel shall meet the following experience qualifications: - (required) Contractor personnel must have skills ranging from Joint to collective to individual task development; and must be self-starters with the ability to perform rapid and sound mission analysis. - (required) Have a SECRET clearance. - (required) Be proficient in Microsoft Office applications (Word, Excel, Power Point, Access and Outlook). - (required) Have knowledge of the Joint and Armys current Battle Command doctrine. A minimum of one contractor must have Joint Specialty Officer experience (meeting all Title X JSO prerequisites JPME I/II, Joint Duty Assignment and selection as JSO). - (required) Sign a statement of non-disclosure. - (desired) Have Combined Arms experience as a Battalion (or higher) primary battle staff officer and possess a Military Education Level 4 (MEL-4) or higher or Battle Staff NCO School with an additional skill identifier (ASI) 2S. - (desired) Have a working knowledge of the Automated System Approach to Training (ASAT). - (desired) Have a working knowledge of the Universal Joint Task List (UJTL - CJCSM 3500.4C) and the Army Universal Task List (AUTL - FM 7-15). - (desired) Have a working knowledge of TRADOC Reg 350-70, Systems Approach to Training Management, Processes, and Products. This is a new requirement. The complete requirements will be included in the Statement of Work (SOW) issued with the Request for Proposal, which will be provided to all qualified respondents. The Federal Supply Classification (FSC) code for this project is B599, NAICS code is 611310, and SIC code is 8221. The contractor shall provide support for CTDs requirements to manage and provide quality control, analysis, and task development of Joint, collective and selected individual tasks; review developing trai ning products; assess task-based training requirements and products; make recommendations; staff/coordination actions; maintain records, prepare related correspondence and briefings; and plan, coordinate, prepare and execute both live and distributed confe rences. All responses will be considered for inclusion in the distribution list and must include proof of the ability to provide support to CAC-T, CTD for Army Task Management Support including performance information and references on the contractors abilities. The response should also provide GSA schedule information, contract labor categories and rates for this service. RFP responses will include contract labor categories and rates for this service. All responses must include company name, address, POC, phone number, fax number, email address, business size, taxpayer identification number, DUNS number and CAGE code. All contractors must be registered in the Central Contractor Registration at http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. All responses mu st be received at Robert.knopp@leavenworth.army.mil no later than 4:00 p.m. CST, on 17 AUG 04. All appropriately supported responses will be provided the RFP a nd SOW for preparation and submission of a proposal.
 
Place of Performance
Address: ACA, NRCC, Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
Country: US
 
Record
SN00641580-W 20040813/040811212407 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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