Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2009 FBO #2664
SOURCES SOUGHT

D -- CASCOM Omnibus

Notice Date
3/11/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Agency, North Region, ACA, NRCC, General Support Division, ACA, NRCC, General Support Division, Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0CASCOM
 
Response Due
3/25/2009
 
Archive Date
5/24/2009
 
Point of Contact
Sheila A. Hill, 757-878-3166<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The Mission and Installation Contracting Command (MICC) Center-Eustis at Fort Eustis, Virginia is conducting a Small Business Sources Sought in order to determine if Small Business participation is available for an anticipated acquisition. This announcement is seeking only Small Business responses. The action is being considered under 8(a) competitive. The MICC intends to procure combat development products for the Sustainment functional areas at Fort Lee, Virginia under a multiple IDIQ type contract. To perform these combat development functions, there are Capabilities Development and Integration (CDI) Directorates for Concepts and Doctrine, Force Development, Materiel Systems and Enterprise Systems. The CDIs accomplish their mission by exploiting existing and emerging technologies, simulations, studies and analyses, experiments, and exercises for quick, high return opportunities. The Combined Arms Support Command (CASCOM) is a subordinate command of the Training and Doctrine Command (TRADOC). CASCOM will serve as the user representative in the development of futuristic operational concepts, doctrine, organization requirements and materiel requirements for each functional area. In addition, they develop overarching Combat Service and Support (CSS) visions and concepts into integrated CSS products for the Modular Force. Finally, they determine the required Future Operational Capabilities (FOCs) from which the CSS science and technology efforts are based. CASCOM requires contractor expertise and services to support the above listed CDIs and the Battle Lab efforts in initiating, developing, assessing, analyzing, staffing, integrating and documenting concepts, doctrine, organization requirements and materiel requirements. CASCOM also requires contractors to provide current force support, problem resolution, and logistics Subject Matter Expert (SME) support to the Acquisition Community, HQDA, DoD and the Joint Staff in support of the overall CASCOM Enterprise Systems Directorate (ESD) mission statement. These requirements include services to support the CDIs with their focus on CSS support to the warfighter, leveraging technologies, battlefield digitization, developing issues, seeking solutions, demonstrating alternatives and coordinating projects. The contractor shall assist in developing, assessing, integrating, staffing, and documenting CSS visions and concepts into doctrine. The contractor shall develop Concept Capability Plans (CCPs) and follow-on Capabilities Based Assessments (CBA) products (Functional Area Analysis, Functional Needs Analysis, and Functional Solutions Analysis) and those requirements determined by the Capabilities Based Assessments (CBA)-utilizing the Joint Capabilities Integration and Development System (JCIDS) process. The contractor will be a member of the Integrated Capabilities Development Team (ICDT) that USACASCOM may be required to participate in. The contractor shall assist by developing doctrine in the Sustainment area. This includes writing/illustrating draft and final doctrine papers, manuals and literature for: Maintenance (consisting of ground vehicle, aircraft, missile, armament, munitions, electronics, and TMDE); Ammunition (consisting of conventional and non-lethal munitions); EOD; sustainment (consisting of the 10 supply classes, Field Feeding, Field Services and Sustainment Force Structure); Transportation (to include motor, rail, air, water, container operations and force structure); and Multifunctional units and operations ((including, but not limited to, strategic through tactical sustainment operations, Theater Sustainment Command (TSC), Expeditionary Sustainment Command (ESC), Sustainment Brigades, and Brigade Support Battalions)). The designated NAICS Code is 541990, All Other Professional, Scientific, and Technical Services, with a size standard of $7.0 million. The anticipated period of performance is a base period of twelve (12) months and four (4) one-year option periods. Your response is limited to 20 pages and shall include a cover page specifying the size of your company under the specified NAICS Code (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.) and revenue for last three (3) years. Additionally, your documentation shall include: -Relevant past performance on same/similar work dating back to the last three years and your companys capability to do this type of work. -Revenue for last three years Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this sources sought articulate their capabilities clearly and adequately. The information should be sent to MICC Center-Fort Eustis no later than 4:00 PM Eastern Standard Time, 25 March 2009, ATTN: Sheila Hill, Contract Specialist, 2746 Harrison Loop, Fort Eustis, VA 23604-5538. Electronic responses only emailed to sheila.a.hill@us.army.mil and copy to sharon.r.morrow@us.army.mil. Direct questions to Sheila Hill, 757-878-3166, ext. 3240. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separated, from the responses to this announcement. No reimbursement will be made to any costs associated with providing information in response to this announcement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5c2dbfc8027c8b24c7dbde79a9df31be&tab=core&_cview=1)
 
Place of Performance
Address: ACA, NRCC, General Support Division Building 2746, Fort Eustis VA<br />
Zip Code: 23604-5538<br />
 
Record
SN01766860-W 20090313/090311215814-5c2dbfc8027c8b24c7dbde79a9df31be (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 |
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.