SPECIAL NOTICE
99 -- Fort Lewis Strategic Operations Study and Re-deployment Standard Operation Procedures Revision
- Notice Date
- 8/14/2008
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Fort Lewis, ACA, Fort Lewis, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
- ZIP Code
- 98433-9500
- Solicitation Number
- DOCRFI-08-0002
- Archive Date
- 11/12/2008
- Point of Contact
- MARIA DE L SANTIAGO, 253-966-3499<br />
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI)/MARKET RESEARCH The Directorate of Contracting (DOC) at Fort Lewis, Washington, is currently conducting preliminary planning market research to determine the availability of qualified sources capable to conduct the Strategic Operations Study and Installation Deployment Readiness Standing Operating Procedure (RSOP) Revision for Fort Lewis Army Installation Management Command at Fort Lewis, Washington. The anticipated period of performance is 1 January 2009 through 31 August 2009. The requirement is for the contractor to accomplish the following: - conduct a broad-based strategic operations study of the installation expeditionary support capabilities of Fort Lewis, Washington. - conduct a thorough analysis of how Fort Lewis manages the Army Force Generation (ARFORGEN) process of Army units at Fort Lewis, Washington. - conduct a thorough analysis of how Fort Lewis manages the Redeploy, Reintegrate, Reset, and Retrain (4R) process for Army units returning from overseas deployment to Fort Lewis, Washington. - conduct a thorough analysis of how Fort Lewis supports the Army Global Response Force (GRF) mission. - conduct a thorough study, evaluation, and revision of the Fort Lewis Installation Deployment Readiness Standing Operating Procedure (RSOP) dated 16 January 2003. This study will culminate with a formal briefing to the Commanding General of I Corps and Fort Lewis, and a written study report. Formal briefing and report shall make clear and quantifiable recommendations to the Commanding General on ways to modify Fort Lewis installation infrastructure, organizations, systems, and personnel to more effectively support expeditionary operations by military units deploying from or returning from deployment to Fort Lewis. DOC is seeking industry information and comments from sources with capabilities to perform the contract and with relevant experience in all of the functional areas mentioned above. Interested parties shall complete and submit the attached Market Research Questionnaire to the Government. Responses to the Market Research Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for future solicitation. DISCLAIMER: This RFI is for planning purposes only and shall not be construed as a Request for Proposals (RFP), Invitation for Bid (IFB) or as an obligation on the part of the Government to acquire any services. Responses to this RFI shall not serve as proposals, bids, or offers, which could be accepted by the Government to form a binding contract. DOC will not accept unsolicited proposals related to the subject of this RFI. The responder must clearly identify any information it considers sensitive or proprietary. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to this RFI will not be returned. Responders are solely responsible for all expenses associated and incurred by responding to this RFI. The Government reserves the right to determine how it should proceed as a result of this notice. Please submit your response no later than _____2008 via e-mail or facsimile to maria.santiago1@us.army.mil, fax number (253) 967-2772. We appreciate your participation and input. MARKET RESEARCH QUESTIONNAIRE Company Name: ______________________________________________________________________ Central Contractor Registration (CCR) DUN/BPN number: ____________________________________ Point of Contract (Name & Position):_____________________________________________________ Mailing Address: ______________________________________________________________________ Phone: ________________________________ Fax: ________________________________ E-Mail:_____________________________________ NOTE: Responses will not be published outside the Directorate of Contracting Office but will be used as a tool for the upcoming DOCs acquisition. Please submit your responses no later than 14 August 2008, via e-mail or facsimile to Maria Santiago, e-mail maria.santiago1@us.army.mil, fax number (253) 967-2772. 1. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other ________________________ 2. Does your firm have experience providing advisory and assistance services? [ ] yes [ ] no If yes, provide a brief description of work experience. 3. Does your firm have experience providing advisory and assistance services to a military installation command? [ ] yes [ ] no If yes, what experience does your firm have in providing the functional requirements identified above to a military installation command? (Please summarize your firms previous experience) 4. List any specific experience in support of Military missions involving any of the following; Army alert procedures, mobilization processes, operational deployment systems, execution of contingency military operations in foreign countries, redeployment of US military forces from abroad to the Continental United States (CONUS), and reset/retraining of US military forces to prepare for future operational deployments 5. Does your firm possess a Facility Security Clearance? If so, at what level? 6. Is your firm capable of providing a qualified and experienced team that can support the entire scope of this contract effort with appropriate security clearance levels? [ ] yes [ ] no Please explain. 7. Based on your firms work experience, which positions you consider key positions in the performance of this contract? Provide position title and responsibilities. 8. Would subcontracting be considered to meet the requirements identified above? Please explain. 9. In your opinion, do you see any risk areas associated with this effort? If yes, how should they be mitigated? 10. Which contract type most closely resembles the typical commercial contract used for this type of service (i.e. firm fixed contract)? 11. What would you consider a reasonable allowable time to have the Strategic Operations Study and Installation Deployment Readiness Standing Operating Procedure (RSOP) Revision completed (to include completed written report and formal debriefing)? [ ] 1 to 6 months [ ] 6 to 12 months [ ] 1 year 6 months [ ] Other ________________________ 12. If your company were selected, how many calendar days would your company need after contract award date before you could be completely set-up and begin providing services? [ ] 10 days [ ] 15 days [ ] 30 days [ ] Other ____________ 13. Provide any additional feedback that you feel is relevant (i.e. problems or any other issues experienced with similar contracts):
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5f941fdb651b2db6b67ccad43349c0ae&tab=core&_cview=1)
- Record
- SN01640880-W 20080816/080814224148-5f941fdb651b2db6b67ccad43349c0ae (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 |