SOURCES SOUGHT
R -- Combat Development Support Services
- Notice Date
- 8/15/2006
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-06-T-0152
- Response Due
- 8/21/2006
- Archive Date
- 10/20/2006
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- Northern Region Contracting Center (NRCC) is seeking information from interested Service-Disabled Veteran Owned Small Business sources on market capabilities for the U S Army Combined Arms Support Command (CASCOM), Ft Lee, VA. The contractor shall p rovide USACASCOM with contractor Combat Development support for the Integrated Concept Development Team for Distribution Operations in the Future Modular Force environment. Scope of work is to include final worldwide staffing of the Distribution Operation s for the Future Modular Force Concept Capability Plan (CCP). Upon approval of the CCP, the contractor will then address critical operational capability gaps for the Future Modular Force and develop the Capabilities Based Assessment (CBA) which encompasses : Functional Area Analysis (FAA), Functional Needs Analysis (FNA), Functional Solution Analysis (FSA), and other associated CBA products or follow-on tasks identified during the Army CIDS/JCIDS process. USACASCOM, with contractor support, will identify ch anges to Doctrine, Tactics, Techniques, and Procedures (TTPs)and integrate the changes into the Joint Deployment and Distribution Enterprise (JDDE). The contractor will perform combat development work in support of Future Modular Force Logistics Concepts, by providing subject matter expertise in completing revisions to the Distribution Operations Concept Capability Plan with follow-on requirements determined by the Capabilities Based Assessment (CBA) utilizing the Army CIDS/JCIDS process. Conducting the C BA will ensure that lessons learned from transforming units and the GWOT are incorporated. In addition, the contractor will be required to conduct a DOTMLPF analysis of the logistics capability needed for distribution operations for the Future Modular For ce. The DOTMLPF analysis will address materiel and non-materiel solutions to capability gaps. The contractor will complete development of the Armys Concept Capability Plan (CCP) for Distribution Operations for the Future Modular Force. The CCP supports the current Army Concept Strategy (ACS), and concepts for the Future Modular Force (2014-2025). The contractor will provide technical expertise in the area of logistics both strategic and operational, as well as organizational development focusing primaril y on Distribution. The contractor shall develop the CBA (consisting of a Functional Area Analysis, Functional Needs Assessment, and Functional Solutions Assessment), Initial Capabilities Document (ICD), DOTMLPF Change Recommendation (DCR), and participate in experimentations related to Distribution Operations of the Modular Future Force. The contractor will be a member of the Distribution ICDT. The contractor will staff the documents to the appropriate proponents for review and/or further development as d irected by Director, Concepts and Doctrine. The contractor shall identify capabilities, tasks, attributes, metrics, gaps, shortfalls, redundancies, risk areas, non-materiel solutions, materiel solutions, experimentation and science and technology initiativ es. The contractor shall participate in joint experimentation involving JFCOM, CASCOM, and Army G4 to refine and validate Operational Distribution concepts. The applicable NAICS code for this acquisition is 541990 (All Other Professional, Scientific, and T echnical Services); Small Business size standard is $6.5M. The period of performance will be one Base Year with one Option Year. At a minimum, offeror response to this Sources Sought notification shall provide the following: 1. documentation (not to exc eed five (5) pages - front and back or ten (10) pages single-sided-standard 8 1/2 x 11 pages using not less than 10-pitch font) describing the offeror's technical expertise in sufficient detail to make an informed determination of the offeror's ability to successfully perform the services described above; 2. Past Performance documentation of same/similar work dating back not more than three (3) years; 3. Past Exp erience documentation showing the offeror's experience in the same/similar work described above (may include Government and non-Government contracts). All documentation submitted in response to this notice shall be submitted in electronic format by 21 Aug 2006, 2:00 PM, to the Northern Region Contracting Center (NRCC), ATTN: Debi Brown; e-mail address: debi.adams@eustis.army.mil. A copy of the Performance Work Statement (PWS) is available upon e-mail request. All questions and correspondence shall also be directed via e-mail to Debi Brown at debi.adams@eustis.army.mil. Reminder: This requirement is set-aside for Service-Disabled Veteran Owned Small Businesses.
- Place of Performance
- Address: ACA, NRCC, General Support Division Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Country: US
- Zip Code: 23604-5538
- Record
- SN01115551-W 20060817/060815221317 (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 |