SOLICITATION NOTICE
B -- SDDC-TEA Distribution and Deployment R&D/S&T Technical Services
- Notice Date
- 1/10/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
- ZIP Code
- 22332-5000
- Solicitation Number
- W81GYE-06-R-0901
- Response Due
- 1/31/2006
- Archive Date
- 4/1/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. This is a full and open competitive procurement. The associate d NAICS code is 541690. The provision at 52.212-1, Instructions to Offerors-Commercial, and FAR 52.212-2, Evaluation-Commercial Items applies to this acquisition. Factors are listed at end of document. Evaluation of options shall not obligate the Government to exercise the option(s). Evaluation Offerer must completed and submit with its proposal, FAR 52.212-3, Offeror Representations and Certification-Commercial Items and DFARS 252.212-7000, Offerer Rep resentations and Certifications, which are available electronically at http://www.arnet.gov/far/. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Proposals shall be received on or before 2:00 pm , 31 Jan 2006. You may email or mail your proposal to SDAQ-P, Personal Property and Passenger Services, 200 Stovall Street, 12S45, Alexandria, VA 22332 Original Point of Contact Kathleen Jones, Contracting Officer, Phone 703 428-3069, Fax 703 428-3381, Email: jonesk@sddc.army.mil Rajni Anderson, Contract Specialist, Phone 703 428-2042, Fax 703 428-3381 Email: andersonR2@sddc.army.mil STATEMENT OF WORK Task Order Title: Establish the Military Surface Deployment and Distribution Command's (SDDC) Distribution and Deployment Science and Technology (S&T) and Research and Development (R&D) Program. Intent: SDDC Distribution and Deployment S&T and R&D Program will seek transformational changes in distribution and deployment concepts and capabilities across the full spectrum of operations in a structured manner to ensure the best application of resour ces towards solving command issues. Purpose: Improve the command's End-to-End surface deployment and distribution operations through the development of a Distribution and Deployment S&T and R&D Program. The program will apply advances in technology and practices needed to identify and addr ess capability gap issues within the command. Background: This program will explore promising technologies and concepts in support of the command's mission to our nation's Defense Strategy and identified customer needs. It will identify emerging technologies that could support the command's distrib ution and transportation systems through a process, which prioritizes those needs for funding while exploring, leveraging, and shaping government, commercial & academic community efforts to provide global mobility support, integrated transportation deploym ent solutions and connection of its customers to the high-tech, high-speed global market place. This program will complement established DOD and USTRANSCOM processes involving basic research, applied research, and technology transfer vehicles such as Adva nced Concept Technology demonstrations (ACTDs) and Advanced Technology Demonstrations (ATDs). - Deliverables will be a process for the command to identify and resolve technology gaps in the execution of our mission (materiel, hardware, and software). The process will identify our technology and capability gaps and adjudicate the spectrum of possi bilities and determine feasible solutions. - The framework will provide a concise identification of the technologies to be explored / developed, the Defense Transportation System (DTS) or Distribution Process Owner (DPO) systems with which they will be integrated, and expected results of the work. Specifically id entifying the user of the technology, a description of how the technology can enhance the existing systems and / or concepts of operation, and describe potential for return on investment (personnel, time, funding) to the user. - USTRANSCOM Instruction 61-1 establishes policy and procedures necessary to develop, implement, and manage the USTRANSCOM S&T Program. SDDCTEA is designated as the command's lead to the Executive Oversight Group (EOG) and Management Team, which will ensu re the development of a fiscally responsible, executable S&T plan for USTRANSCOM and its components. The S&T EOG and Management Team will recommend and promote command efforts for projects that have merit, appear technically feasible, and include a trans ition / acquisition strategy, as required by DOD regulations, in order to minimize program risk. - This program will provide a structured approach to providing input into TRANSCOM's R&D Program. It will provide the framework to interact with the S&T and R&D communities (i.e. DARPA, RDECs, Industry, and Academia) for the exploitation of surface deplo yment and distribution technologies. Scope: The contractor will provide SDDC with expertise, research, and analysis aimed at improving the commands S&T Program focusing on the command's ability to provide the Combatant Commands with premium deployment, distribution and sustainment support. The contractor will provide advice and analytical support on a wide array of logistics and technology related issues as required. The result will be research and analyses that provide insights into acquiring / developing the tools and procedures needed to keep pace with the dynamic nature of our National Security Policy. Specific Tasks for the Science and Technology Program: The purpose of this program is to provide the necessary transformational enhancements required for SDDC's surface deployment and distribution missions. This program will research, analyze, and objectively adjudicate the merits of emerging technologies, in dustry & academic trends, techniques, and procedures as they apply to shortfalls in the SDDC capability gap. It will provide the process for the command to identify and resolve technology gaps in the execution of our mission (materiel, hardware, and softw are). The objectives of this effort are to provide technical assistance to SDDC, specifically for a command S&T program through the S&T Program Coordinator (SDTE-DP), in the areas of S&T program management administrative support and exploration of technologies t hat are applicable to the command. Task 1 - Science and Technology Program Management Administrative Support: Providing S&T program administrative support in the form of proposal and program reviews, financial execution assistance and reconciliation, budgetary analysis, creation and delive ry of S&T program presentations to various audiences, communicating with various service labs, agencies, academia, and industry in support of proposal solicitation and program monitoring. Support the Development and Design of the SDDC S&T Program: The contractor will support the S&T Program by providing expertise in designing, developing, and executing an S&T program, which is proactive in nature. Administration Support for SDDC's S&T Program: The contractor shall prepare, document, and present any results to internal SDDC decision-making bodies (Command Group, appropriate Principals of the Staff, Senior Management Team, etc.) and to external agenci es on the S&T Program or on specific projects as required. Maintain/compose and deliver communications (briefings, point papers, video teleconferences) within 2 weeks of assignment. Program Management Support for SDDC's S&T Program: The contractor shall prepare and present status update (monthly / quarterly) of the S&T Program. Will be required to support updating leadership on S&T project status, and provide other communication to support the S&T Program as required by the S&T Program Coordinator. Maintain, compose, and deliver communications (briefings, point papers, video teleconferences) within 2 weeks of assignment. Budgetary Support for SDDC's S&T Program: The contractor will assist in managing the resource management of selected S&T projects to ensure that the development of promising technologies are within prescribed budgets and goals. The contractor will support the S&T Program Coordinator in soliciting projects, advocating funding, allocation of and monitoring funds, and reporting to the internal SDDC principals within 2 weeks of assignment. Conduct Transition Assistance for S&T Projects (To Formal Acquisition Programs, Further Development or Other Sponsoring Agencies). The contractor will assist the S&T Program Coordinator in the investigation / identification of transitioning funds for sele cted S&T projects. The contractor will also assist in the investigation / identification of methods for accelerated transitioning, including budget document preparation and other products as appropriate. Task 2 - Science and Technology Exploration and Research Support: Research existing, developing, and future technologies that have application to the SDDC surface deployment and distribution mission. The scope of investigation should cover industry, ac ademia, and governmental research and development activities. Develop and Execute Research Exploration Plan which Supports the Command's S&T Program: The contractor will develop and execute a deliberate strategy to research and analyze potential technologies which improve the command's ability to conduct surface dis tribution and deployment operations throughout the globe in support of our national military strategy. The analysis will focus on selecting technologies which enhance the command's operational functions such as, but not limited to; terminal operations, co ntainer management, securing commercial transportation services, and movement control. Conduct Research and Analysis on Developing Technologies from Industry: The contractor will research and analyze technologies used in industry for their military usefulness by the command. The project reviewed must focus on improving the command's operati ons functions as they relate to the surface deployment and distribution mission. The contractor will identify Commercial-Off-The-Shelf (COTS) technology solutions potentially applicable to identified or unidentified requirements. Associate contractor agr eements, non-disclosure statements or other documentation/agreements made necessary by this requirement to allow access to contractor or agency projects shall be executed by the contractor with government assistance. Conduct Research on Externally Developed Technologies Within the Government: The contractor will research and monitor external agencies developmental projects (i.e., Defense Agency and Service labs) identified by the S&T Program Coordinator to find Governm ental-Off-The-Shelf (GOTS) technology solutions potentially applicable to identified or unidentified requirements. Associate contractor agreements, non-disclosure statements or other documentation / agreements made necessary by this requirement to allow a ccess to contractor or agency projects shall be executed by the contractor with government assistance. Conduct Technical And Programmatic Analysis, Transition Strategy Analysis, And Project Status (Cost, Schedule, and Performance) Monitoring: The contractor will conduct technical and programmatic analysis on potential and ongoing S&T projects, assessing the m for; technical & economic feasibility, likeliness of success, expected return on investment, and mitigation of risk associated with capability gap. Administrative and Program Management Support Related to Science and Technology Exploration and Research: The contractor will prepare, document, and present results to internal SDDC decision-making bodies (Command Group, appropriate Staff Principals, Senio r Management Team, etc.) and to external agencies on the status of the Technology Exploration effort. Maintain/compose and deliver communications (briefings, point papers, video teleconferences) within 2 weeks of assignment. Administrative Support Tasks: The contractor will support SDDC's S&T program reviews, financial reconciliation, budgetary analysis, and administrative assistance. Monthly Expenditure Report: The contractor will provide a monthly comprehensive progress report. The contractor will document all financial charges against the contract and provide these details in a monthly report. Quarterly Reconciliation and Review: The contractor will support financial reconciliation each quarter and report on other direct costs associated with performance of this contract. On a quarterly basis, the contractor will provide to the S&T Program Coor dinator a formal Program Management Review in which the contractors' cost/schedule and performance data is reviewed by the government. Deliverables / Delivery Schedule: TEA will own all deliverables described in this SOW. TEA and the contractor will agree to the format for the deliverables associated with all tasks. Task Expected Deliverable Schedule 6.1.1 Status Report Monthly: Format TBD 6.1.2 Point Paper / Briefing 2 Weeks of Assigned Task 6.1.3 Status Report Monthly: Format TBD 6.1.3 Task 2 Weeks of Assigned Task 6.1.4 Project Expenditure Report Monthly / Quarterly Format TBD 6.1.5 Transition Reports Quarterly / Semi Annually Format TBD 6.2.1 Status Report Monthly: Format TBD 6.2.2 Task 2 Weeks of Assigned Task 6.2.3 Task 2 Weeks of Assigned Task 6.2.4 Status Report Monthly: Format TBD 6.2.5 Task 2 Weeks of Assigned Task 6.3.1 Program Expenditure Report Monthly: Format TBD 6.3.2 Reconciliation and Review Quarterly Format TBD Security Guidance: This effort may require access to classified documents and systems and may generate classified products. Contractor personnel will be responsible for obtaining all needed security clearances prior to starting work on this SOW. All co ntractors must secure a minimum of a SECRET security clearance. No clearance or waiver to this requirement shall be granted; no contractor will be assigned without having the needed clearance in place. The contractor firm must provide advance written proof of the ability to assign fully cleared personnel prior to contract award / start. If the contractor company cannot assign personnel with the required SECRET security clearance on the start date, the firm shall be liable for bid non-compliance or immediate contract termination. The contractor will have full-time Secure Internet Protocol Network (SIPRNET) access. It may also require travel to areas of the globe where military operations are being conducted. The contractor company is fully responsible for arranging all work visas. Place of Performance: The contractor may perform work at the contractor's location or on-site at TEA in Newport News, VA. For on-site work, TEA will provide suitable office space and standard office supplies and equipment (e.g., paper, telephone, compute r, etc.). Contractor travel and per diem must be approved in advance by the S&T Program Manager or the Chief of the Deployability Division and will be in accordance with the JTR. Period of Performance: The period of performance is 365 days. Option Periods - Base Contract with 2 option years. FACTORS FOR SCIENCE AND TECHNOLOGY (S&T) PROGRAM SOW Factor 1 - Technical and Relevant Experience - Solid Understanding and experience of the work to be performed. The work will focus on planning and building a MACOM S&T program that when enacted will formalize the process of investment and focuses technolo gy research to the operation missions of SDDC Sub-Factor 1-1:. Familiarity and experience in building a military S&T program. Sub-Factor 1-2: Knowledge and solid understanding of operational conditions which exist to current and future environment in which this command will be required to supports our armed forces. Sub-Factor 1-3: Knowledge with reviewing and adjudicating technologies programs. Sub-Factor 1-4: Solid understanding of the current business practices and policies which SDDC uses to support our armed forces and also for future requirements which SDDC will have to face. Sub-Factor 1-5: Experience in planning and executing a MACOM encompassing project. Factor 2 - Past Performance - The Offeror must provide past performance with a brief description of work efforts form other projects that are relevant to the task outlined in the Statement of Work. Contract Name, number and POC will be provided for veri fication by the Government. Sub-factor 2-1: Special emphasis will be placed on the Offeror's skill and abilities that have been applied to successful projects on other related task/contracts. Factor 3 - Price - The price will be evaluated for accuracy and reasonableness. The Government will evaluate offers for award purposes. Evaluation Factors General: The areas of the offer evaluation are (a) Technical and Relevant Experience, (b) Past Performance and (c) Price. Technical is moderately more important than Past Performance. When combined all evaluation factors other than pr ice are slightly more important than price in determining Best Value. The Government will award the contract to the offeror whose offer represents the Best Value to the Government. Price, however, will be given importance when Technical proposals approa ch equality. Best Value will be determined on the basis of the following factors: Technical, Relevant Experience, Past Performance and Price. The Government will provide an estimated price for related travel upon issuance of award. Offeror must submit firm-fixed pricing for base and two one-year option years. If you have a problem with legibility of this document, please email for copy of it.
- Place of Performance
- Address: Surface Deployment and Distribution Command TEA 720 Thimble Shoals Blvd, Suit 130 Newport News VA
- Zip Code: 23606-2574
- Country: US
- Zip Code: 23606-2574
- Record
- SN00963988-W 20060112/060110212153 (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 |