SOURCES SOUGHT
U -- Force Integration Liaison Services
- Notice Date
- 2/4/2009
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Fort Leavenworth, ACA, North Region Contracting Center - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF409RCDID
- Response Due
- 2/16/2009
- Archive Date
- 4/17/2009
- Point of Contact
- Tammy Davis, (913) 684-1892<br />
- Small Business Set-Aside
- N/A
- Description
- This is not a Presolicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business relative to NAICS Code 541611, with a small business size standard not to exceed $7,000,000.00 gross annual receipts. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1) Is your business a small business under NAICS code 541611? 2) Does your firm qualify as a small disadvantaged business? 3) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act? 4) Are you a certified HUBZone firm? 5) Are you a woman-owned or operated business? 6) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7) Is your business a large business? Please provide a capability statement addressing your organizations ability to perform as a prime contractor the work described in the draft PWS (below). Index your firms capabilities to the tasks in the draft PWS so that your firms capabilities can be readily assessed. This is not request for proposal and in no way obligates the Government to award any contract. Please provide responses in writing no later than 16 February 2009 to: tammy.davis4@us.army.mil Telephone responses will not be accepted. Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time. Draft Performance Work Statement Force Integration Liaison Services 1.0 Scope: The purpose of this contract is to support CDID with Force Integration Representatives. Contractor support is required at Fort Hood TX to gather relevant and real time data on the identified Training and Doctrine Command (TRADOC) Doctrine, Organization, Training, Materiel, Leadership, Personnel, and Facilities (DOTMLPF) issues raised by unit commanders and staffs as they prepare their organizations to deploy, and redeploy/reset. Embedded into the operational staff (G3/5/7) at primarily the corps and division level, the Force Integration Representatives provide resident senior mission commanders and their staffs a direct link to Combined Arms Center (CAC) Staff, TRADOC, and Army Capabilities Integration Center (ARCIC). On a weekly basis, the representatives draft and publish a report on issues/concerns/feedback from units at Fort Hood. These reports go through CDID to CAC and TRADOC and are used to inform/shape TRADOC and CDID capability development work. CAC-CDID is responsible for the proponent areas and major responsibilities of command and control (battle command), airspace command and control, combined arms operations at EAB (Div, Corps, ASCC), computer network operations, electronic warfare, cyberspace, information operations, personnel recovery, regional support group, site exploitation, battle command battle lab experimentation, concepts and requirements determination within our proponent areas, future combat system coordination, and improvised explosive device-defeat concept team support. The Force Integration Representatives provide a number of key activities to support CAC-CDID, including collect data and gather information, analyze the data to identify gaps/issues, provide recommendations, and respond to requests for information from commanders and staff at one corps, two divisions and several separate brigades and battalions. 2.0 Background: With the Chief of Staffs vision of the Army, concepts and initiatives are developing rapidly. CDID has the lead for previously listed core functions, proponencies, and major responsibilities that require timely and accurate feedback and input from warfighters. Current need for support is at Fort Hood, TX with III Corps. Additional locations may be added with the same augmentation requirements if required to support CDID initiatives. 3.0 Tasks: 3.1 Collect real time data and information relating to CDIDs proponent areas and major responsibilities outlined in paragraph 1.0 to identify issues/concerns from the warfighters perspective. Data sources include, but are not limited to direct observations of coordination meetings, after action reviews, and video teleconferences (VTCs), as well as on-site interviews of commanders and staff personnel of one Corps, two divisions, and several separate brigades and battalions. Contract personnel shall be required to attend the weekly FORSCOM Modular Force VTCs. The contractor shall develop an unclassified internal system on their government issued computer that allows them to store data, track actions taken, and easily retrieve this information to address questions. This tracking system shall be turned over to the government upon request. 3.2 Contractor shall deliver, electronically, a weekly report to the COR. The report will typically be submitted on Fridays. For each of the CDID areas of responsibilities listed in paragraph 1.0, the report will describe issues discovered/working, the main source of the data, and recommendations for solutions or future work. Weekly reports will be reviewed by the government for accuracy, completeness and compliance with security procedures. If necessary, the government will return the product(s) to the contractor within three working days with written comments and the contractor shall have three working days to respond to the comments and provide a final product. 3.3 Approximately once a quarter, contractor personnel shall collect larger amounts of data on specified topics of interest within the CDID areas of responsibility, conduct in depth analysis of the data collected and produce detailed reports (primarily word documents and PowerPoint slides) that identify gaps and recommend solutions. An example of specified topic of interest could be querying several available brigades to compile a list of the command and control systems commanders deem essential by type and number and outlining the capabilities of each system and highlighting capabilities warfighters believe are not resident in the systems. Upon notification of the requirement, the contractors shall generally have three to six weeks to complete the report. Progress/status updates of these special reports will be included in the routine weekly reports to CDID. All draft research and analytical products will be reviewed by the government for accuracy, completeness and compliance with security procedures. If necessary, the government will return the product(s) to the contractor within five working days with written comments and the contractor shall have five working days to respond to the comments and provide a final product. 3.4 The contractor shall disseminate a standardized Request for Information (RFI) procedure (see attachment) to the corps, division, and separate brigade and battalion commanders and staff. The contractor, in coordination with CAC-CDID, shall use the standard RFI procedure to research and answer RFIs within the CDID areas of responsibility and provide responses (usually 1 to 4 pages plus any attachments gathered) to FORCOM commanders. 3.5 Provide comprehensive briefings to CDID personnel at Fort Leavenworth, Kansas, semi-annually (generally April and October) to review work completed and on-going since the last comprehensive update and discuss future work. Contractors shall generally have at least 14 days notification of required travel as well as any refinement guidance for topics to be covered. Contractors may be required to present briefings to CDID personnel at Fort Hood regarding current projects and status of on-going work. Contractors shall generally have at least 7 days notice of this requirement. 4.0 PLACE/TIME OF PERFORMANCE: 4.1 The primary worksite is anticipated to be the III Corps Headquarters, building 1001, Fort Hood, Texas. Additional worksite locations may be added to support mission requirements. 5.0 PERIOD OF PERFORMANCE: Performance period shall consist of a twelve (12) month base year and three (3) option years. It is anticipated that work in option years will be substantially the same as the base year. 6.0 TRAVEL: 6.1 Travel is anticipated within the United States. Contractors will not be expected to deploy with the units. Estimated travel events include two (2) personnel to Fort Leavenworth, Kansas, for two (2) days twice a year. Estimated travel periods are April and October, but the government will provide the contractor with 14 days notice of travel requirements. 7.0 PERSONNEL SECURITY REQUIREMENTS: All contractor personnel engaged in the execution of this contract shall possess and maintain at least a U.S. SECRET clearance.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=84aa6d1fce55f8e1c83b794c8b8db50c&tab=core&_cview=1)
- Place of Performance
- Address: ACA, North Region Contracting Center - Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS<br />
- Zip Code: 66027-1417<br />
- Zip Code: 66027-1417<br />
- Record
- SN01744138-W 20090206/090204221309-84aa6d1fce55f8e1c83b794c8b8db50c (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 |