Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOURCES SOUGHT

U -- C4ISR Systems Training Support

Notice Date
4/12/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division B, HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
S3R0452
 
Response Due
4/27/2012
 
Archive Date
6/26/2012
 
Point of Contact
Linda Diane Schwake, 4438614734
 
E-Mail Address
ACC-APG - Aberdeen Division B
(linda.d.schwake.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) only. Do not submit a proposal or quote. After reviewing the Description of Requirements currently posted to FEDBIZOPS, interested capable contractors are invited to provide responses to the following questions. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services, or for the Government to pay for the information received. 1. Please provide the following Point of Contact information: Company: Address: Point of Contact & position: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the applicable NAICS code of 541330 - Professional, Scientific, and Technical Services - Engineering Services. The Small Business (SB) Size Standard for this NAICS code is $4,500,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under NAICS Code 541330 - Professional, Scientific, and Technical Services - Engineering Services? If you are a SB, answer questions 4A through 4C. All others skip to Question #5. A.If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work required in house? B.If you are a small business, can you go without a payment for 90 days? 5. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 6. If you answered "yes" to Question # 5, please provide as much of the following information as possible: A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you prime on MAC; 7. Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award? 8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. Offerors are encouraged to identify teams, indicating each team member's size status based upon the North American Industrial Classification System (NAICS) code of the work that the team member may be doing. 9. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 10. Interested companies may also provide a "White Paper" (no more than 10 pages in length) describing how its products and technical expertise could produce and deliver such capabilities as described in "Description of Requirements". Also, identify your company's past and current customers to which you provided similar products, including a customer/company name, point of contact, phone number, and address/e-mail where they can be contacted. 11. Describe any experience operating in hostile, contingency, or combat environment, in support of military operations worldwide. 12. Does your company have a TOP SECRET facility or access to one should it be required? 13. If you are planning on teaming with other companies, Please list the process used in selecting the members? 14. Does your company have a DCAA approved accounting system? 15. Please provide positive or negative feedback such as recommended changes, noted exceptions, ambiguities, etc. ***All information should be provided via electronic mail to the Contracting Officer, _________________, and the Contracting Specialist, _________________ at no later than close of business, ___________. Synopsis: This Request for Information (RFI) is for planning purposes only; this is not a request for Quotations or Proposals. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any responses preparation expenses. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The U.S. Army, Communication and Electronic Command, Field Support Directorate (FSD) Aberdeen Proving Ground MD is issuing this RFI relative to Strategic Services Sourcing (S3) contract to support training. Background: Customers provide a training requirement on C4SIR equipment to the Field Support Directorate (FSD). FSD uses the S3 contract to fulfill the training requirement. The training may occur in various locations inside and outside the continental U.S. (including combat zones). The customer will provide a training requirement; the S3 Prime shall be task to provide the training support consisting of trainers, training media, and training equipment to produce a competent trainee (student). Description of Service: For all training requirements herein, contractor shall provide fully trained and qualified staff, prepared to support training on the C4SIR family of systems to produce competent trainees (students). Historically, the family of C4SIR systems has included the following systems: Single Channel Ground and Airborne Radio System (SINCGARS) III Corps Reset (SINCGARS) Warfighter Information Network-Tactical (WIN-T) Increment 1 Global Broadcast Systems (GBS) Secure Mobile Anti-jam Reliable Tactical Terminal (SMART-T) TROJAN Spirit Light Counter-Mortar Radar (LCMR) Robotics and Unmanned Sensors (RUS) CREW VOSS In support of specified C4ISR requirements, the Contractor shall review requirements documents to recommend training milestones and to project training requirements associated with managing, operating, and maintaining all C4ISR equipment. The Contractor shall participate in integrated product teams as a member to advise the Integrated Logistics Support manager on issues affecting fielding and training. Directly below is a brief explanation of the training that has taken place: Signal School Center of Excellence (SCoE) resident and mobile training support. The contractor shall provide the functional services, personnel, and materials related to Information Technology Tactical Training and training support functions associated with the TSD partnership with the Army Signal Center including mobile training delivery of commercial IT products, computer and network defense applications and Information Assurance courses. The Contractor shall provide the functional services, personnel, and materials related to Information Technology Tactical Training and training support functions associated with the ITFSB partnership with the Army Signal Center including mobile training delivery of commercial IT products and Information Assurance courses. The contractor shall provide training material that is recognized by the US Department of Education for issue of technical college credits. The contractor shall provide ability to appraise, approve, and credential all IT-FSB instructors to meet DoD and collegiate requirements IAW (DI-ILSS-80872). The contractor shall provide the functional services, personnel, and materials related to support for the Signal Regimental Noncommissioned Officer Academy (RNCOA) in coordination and management of non-resident training to include Mobile Training Team (MTT) support. The contractor shall support the directive to establish a Signal Center Community of Purpose for the Brigade Combat Team (BCT) S6/Battalion S6 and a Knowledge Center/Education Site. The requirement is to provide training and logistical support to 442d Signal Battalion Officer Education Division in support of Battle Command Enabling Training. Training instructors and support staff are required to manage and instruct Battle Command Enabling training. Instructors shall have modular Army and Battle Command experience (BCT preferred). The government will provide Instructor Training Course Certification and Small Group Instructor certification (if required) if the instructor does not already possess a certificate. The contractor may be required to reimburse the government for the cost of these courses if instructors do not already posses certificates. The contractor shall provide instructors to train students in the BDE/BCT/BN S6 Course, Signal Captains' Career Course, Basic Officer Leader Course, 250N Basic and Advanced Courses, 53A Course, 254 Basic Course, various Senior Leader Courses, and various Advanced Leader Courses. Minimum qualifications for these instructors are specified in paragraph 6.0. Instructors shall rotate between teams performing instruction, classroom preparation, and curriculum development in support of curriculum to teach critical tasks identified by the Critical Task and Site Selection Board (CT/SSB). Instructors shall be required to follow the lesson plans developed IAW the current Program of Instruction (POI). Shift work may be required and will be addressed in PAR 12.1 of this PWS. Contractors shall be required to sign for, control, and account for government property. Battle Command Instructor-Writers. The contractor shall provide Battle Command training support in the following areas of expertise: - Army Battle Command Systems (ABCS) and ABCS Network Integration - Lower Tactical Internet - Upper Tactical Internet - Force XXI Battle Command, Brigade-and-Below (FBCB2) - Command Post of the Future (CPOF) - Warfighter Information Network-Tactical (WIN-T) - NETOPS Command & General Staff College (CGSC) Facilitator-Instructor-Writers at Fort Leavenworth, KS. The contractor shall provide facilitator/Instructor-Writers to sustain the A340 Elective and provide liaison for the Signal Center at the Combined Arms Center. Contractor personnel shall be able to perform both instructor and development duties immediately without additional technical training. Contractor personnel will be considered subject matter experts (SMEs). The Contractor instructor-writers shall coordinate with the Command General Staff College (CGSC) to ensure the courses listed below, build upon and support the applicable primary POI. Academic hours may vary based on the needs of the government. a. CGSC Core Insertion/Revisions: Basic Communications for Brigade S6s and Division G6s (TBD) b. CGSC Elective 1: Enhancing Signal Capabilities and Support to the Warfighter (24 academic hours) c. CGSC Elective 2 Title: TBD pending development as required - (24 academic hours) d. Analysis of the existing training and training strategy of the CGSC WAR EXERCISE is required to identify opportunities to insert Signal events. e. A Signal events calendar shall be developed and implemented for the existing CGSC WAR EXERCISE (WAREX). Signal events for the WAREX shall be focused on LandWarNet Planning (integrated). f. The results of the analysis shall be the basis of designing a Signal events calendar for the WAREX and development is required to document the planned events. g. The Fort Leavenworth Team shall serve as the Signal Center of Excellence's Liaison at the Combined Arms Center when required. Attendance at select meetings or assistance to Signal representatives during CAC or Mission Command conferences will support this requirement. The contractor shall maintain, and report student attendance at training IAW Signal Center (SIGCEN)/Training and Doctrine Command (TRADOC) requirements (e.g., Fort Gordon Regulation 350-5; http://www.gordon.army.mil/doim/imc/forms.htm and TRADOC Regulation 350-6; http://www.tradoc.army.mil/tpubs/regs/r350-6.pdf ). The contractor shall conduct/administer tests/exams in subjects taught. Subsequent duties include grading of tests/exams, test evaluation results, test-item analysis, recording of test/exam results, and conducting after action reviews with the students. The contractor shall report facility maintenance requirements at the first opportunity to the designated government representative. The contractor shall report student failures to the appropriate designated government representative immediately after completion of the iteration. The contractor shall report student disruptive behavior to the TPOC when deemed detrimental to instruction or to the class overall. The Fort Leavenworth contractors shall provide Administrative, Logistical, and Assistant Instructor support is required for a Signal Brief for each iteration of the Brigade Combat Team Commanders Development Program (BCTCDP). Support includes (not inclusive): a. Coordinating with the briefer to schedule the briefing. b. Preparing the classroom for start up and close up. c. Uploading the briefings. d. Performing slide revision, if directed. e. Administer the After Action Review (AAR). All contract instructor-writers shall have the below capabilities to successfully fulfill the requirements within the PWS. Contract instructors/training developers shall: a.Instruct classes, conduct training development, and evaluate student performances using TRADOC-approved Instructional methodology to include 350-2 (Staff and Faculty Development Training), 350-5 (Ft Gordon Academic Practices), 350-22 (Test Control Policies and Procedures). Policies may be included in the Staff and Faculty Development Branch SOP. Instructors/training developers shall collaborate with current government personnel to establish acceptable instructor practices and student evaluation criteria. b.May work as part of a team with Uniform Service member instructors and/or civilian instructors c.Mentor students in development of Instructor presentation skills. Mentoring duties may include assistance with developing lesson plans, preparing training materials, and practicing presentations. d.Video tape /record student presentations when required e.Maintain classroom presentation equipment and classroom furniture f.Maintain established classroom security requirements and procedures g.Maintain and report student attendance h.Coordinate all efforts with SFDB registrar, Staff and Faculty Chief, and course managers i.Maintain student records and statistics. j.Apply the current program of instruction (POI) in each course listed in this PWS. As the POI or lesson plans require modification due to changing technology, requirements or critical tasks, the contract instructor shall be required to provide support with curriculum development. k.Review and update classroom-training materials such as student handouts, lesson plans, slides, and practical exercises, as required. Any updates to training material shall be recommended to the government and approved by the government prior to implementation. The government will provide formats for lessons/training plans. l.Conduct testing in subjects taught, to include grading of exams, evaluation of results, and recording of exam results and the conduct of after action reviews (AARs) with students. Tests may be performance-based and/or criterion-based and are controlled and sensitive materials. These tests are developed and available for the current curriculum. In some cases, contract instructors shall be required to update classroom curriculum. If the contract instructor is involved with a curriculum development effort, part of that effort shall be to develop new tests associated with the new curriculum. m.Provide students with evaluation sheets for evaluation of classes presented. n.Make recommendations to the government concerning academic actions when warranted by classroom performance. o.Provide daily academic reports. p.Instructors shall be required to stand, bend and stoop for long periods of time, while delivering and assisting students with training materials. q.Instructors shall be required to maneuver in and out of strategic and tactical equipment. r.Instructors shall be required to operate and demonstrate strategic and tactical equipment functions. All contract instructors-writers shall perform all duties and tasks in accordance with SIGCEN/TRADOC requirements. Provide trainers for Mobile Training and Installation Support For The Single Channel Ground and Airborne Radio System (SINCGARS). Provide New Equipment training for SINCGARS. Requirements information: The training courses shall include the following training courses: Basic Operator's Course. This effort consists of one (1) eight (8) hour course with up to fifteen (15) students per course. Net Control Station (NCS) Course. Course length for Advanced SINCGARS Improvement Program (ASIP) version of the radio is 16 hours. Course length for the non-ASIP radios is 20 hours. There can be up to fifteen (15) students per course. SINCGARS Unit Level Maintenance Course. Course length for ASIP version is 24 hours, for the non-ASIP version is 40 hours. There can be up to fifteen (15) students per course. SINCGARS Direct Support (DS) Maintenance Course. Course length for ASIP version is 40 hours, for the non-ASIP version is 80 hours. There can be up to eight (8) students per course. SINCGARS Assistant Instructor Course. This effort consists of one (1) course that is 32 hours for the ASIP version, for non-ASIP, version is 40 hours. There can be up to fifteen (15) students per course. Automated Communications Engineering Software (ACES) Course. This effort consists of one (1) course that is 80 hours for untrained personnel, 40 hrs for the refresher course. There can be up to five (5) students per course. Provide EPLRS Basic Operator Users Training Course. This effort consists of one (1) course 16 hours in length. There can be up (15) students per course. Program Management: The contractor shall participate in Weekly Project Meetings, Quarterly Task Order Program Management Reviews (PMR) and Monthly Branch Meetings. The contractor shall provide the Government with financial and administrative support services, program reviews, and technical status reporting for all supported efforts. The contractor shall provide the management structure and processes to support all administrative, engineering, and technical efforts in order to maximize the actual work performed based on priority and funding constraints. Performance and Cost Report. Weekly Status Reports shall be submitted IAW DI-MGMT-80368A subtitled Weekly Activity Report Prime Contractor Security Requirements: The highest security requirement for this task order is Top Secret as defined in the DD Form 254. The contractor shall require access to Secret, Top Secret, COMSEC information, Defense Technical Information Center (DTIC), Sensitive Compartmented Information (SCI), Non-SCI information, NATO information, and For Official Use Only information. The contractor shall also require access to the NIPRNET, and SIPRNET. Contractor personnel performing IT sensitive duties are subject to investigative and assignment requirements IAW AR 25-2, AR 380-67 and affiliated regulations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c6fc418b880b8b8524088d06f302af8d)
 
Place of Performance
Address: ACC-APG - Aberdeen Division B HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02720413-W 20120414/120412235056-c6fc418b880b8b8524088d06f302af8d (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.