Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2013 FBO #4108
SOURCES SOUGHT

U -- Joint Readiness Training Center (JRTC), Mission Support, Fort Polk, LA

Notice Date
2/20/2013
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
MICC Center - Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124713R0018
 
Response Due
3/1/2013
 
Archive Date
4/21/2013
 
Point of Contact
Virginia A. Roberts, (910) 396-9223
 
E-Mail Address
MICC Center - Fort Bragg
(virginia.a.roberts.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NUMBER:W91247-13-R-0018 NOTICE TYPE: Sources Sought for Mission Support Joint Readiness Training Center, Fort Polk, LA BACKGROUND: The Mission and Installation Contracting Command - Fort Bragg (MICC-FB) is hereby soliciting information about potential sources and proposed acquisition approach for providing mission support services to be performed at the Joint Readiness Training Center (JRTC), Fort Polk, Louisiana. This procurement is a follow-on requirement to the Mission Support Contract. The NAICS code assigned to the acquisition is 611699, All Other Miscellaneous Schools and Instruction with a corresponding small business size standard of $10M. The contractor shall provide technical, administrative, and operational services in support of JRTC Operations Group. The contractor shall provide continuous sequential scenario exercise planning, developing, and coordinating and will assist the JRTC in execution of rotations; provide plans and support documents; provide data management of all rotational training data including, but not limited to, collection analysis and development of feedback; provide battlefield effect replication and direct fire marking support; provide audiovisual and photographic support; provide equipment warehousing and issuance of MILES equipment; provide vehicle maintenance/fleet management support; provide logistics/inventory support; and provide personnel for role players as civilians on the battlefield. The Draft Performance Work Statement (PWS) identifies the mission support requirements and provides industry with information concerning the concept, expectations, and performance requirements of the JRTC's Mission Support requirement. PURPOSE OF THIS SOURCES SOUGHT: 1) To request information on capabilities of potential offerors to provide the services described in the Draft PWS in order to determine if this will be a small business set-aside. Information received as a result of this section will be considered by the Government and used for acquisition planning purposes only. Please note, decision to set-aside this requirement for small business or to compete it through full and open procedures has not yet been made. 2) To request information from interested parties regarding their preferred contracting approach to provide the services described in the attached Draft PWS. All acquisition methods are being considered by the Government. The Government requests separate files for Statement of Capabilities and Contracting Approach response; submitted electronically in PDF format. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the Draft PWS are asked to submit a capability statement. Capability statements shall contain the following information: (1) company name and point of contact information (address, telephone, e-mail); (2) DUNS number and CAGE code; (3) size of company (i.e. 8(a), HUBZone, WOSB, SB, VOSB, SDB, SDVOSB, or all others); (4) number of employees; (5) revenue for the past three (3) years; and (6) documentation of relevant past performance or past experience on same/similar work dating back not more than five (5) years. Offeror's responses shall not exceed ten (10) pages single-sided - standard 8 X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described in the Draft PWS. If a teaming arrangement and/or major subcontractor(s) are being contemplated, the offeror should clearly define the roles and responsibilities of each teaming member/subcontractor and their respective past performance/experience. RESPONSES REGARDING THE CONTRACTING APPROACH: The Government is soliciting contracting approaches to the JRTC procurement that will enhance competition and provide business opportunities. Therefore, the Government is requesting feedback in the following areas for consideration during acquisition planning: (1) Socio-economic considerations: MICC-FB is interested in your comments on establishing subcontracting goals for this procurement. What areas of the PWS would you considered subcontracting? (2) If a Cost Plus Award Fee (CPAF) contract were considered how would you propose to measure factors such as the technical/cost/schedule performance, risk mitigation, employee and asset safety and security, innovative best practices, quality of service to users, responsiveness to changing requirements and budget, identifying opportunities for technical and administrative improvement, or cost? (3) What other contract types would you propose for consideration, alone or in a hybrid combination, include both Fixed-Price and Cost-Reimbursement contracts, such as FFP, FPI, FPAF, CPFF, and CPIF. Please include information regarding why a particular contract type or combination of contract types might be more appropriate (benefits and impediments), how that proposed contract type would affect costs and how you would propose? (4) Performance incentives: Please provide your view regarding types of fee, options, and/or other appropriate incentives for contractor performance. (5) What type of evaluation criteria would you recommend for this type of procurement? (6) Technical Information: What type of technical information along with the PWS would you like to see with a potential solicitation (e.g., sample tasks)? (7) Contract Content/Structure: Do you have any suggestions or examples of restructuring, simplifications, and clarity in the Draft PWS's description of technical areas as well as other types of additional information that would improve understanding or clarity of requirements and terms and conditions? The response to this part must include the following: 1) Company name, address, point of contact, phone, fax, e-mail, and website (if applicable). 2) Whether your company is Large business, Small business, Small Disadvantaged Business, 8(a)set-aside small business, HUBZone small business, Woman-owned small business, Veteran-owned small business, Service-Disabled Veteran-owned small business for NAICS code 611699, size standard $10M. 3) Whether your company is on any MATOC for these services. 4) A list of relevant work performed in the past five (5) years, including contract type, contract number, technical description, dollar amount, period of performance, and a customer reference name and telephone number. YOUR RESPONSE TO THE SYNOPSIS: All responses to: 1) the Statement of Capabilities and 2) Contracting Approach shall be received no later than Friday, March 1, 2013 at 1:30 PM EST. Please respond via electronic mail (e-mail) to the Contracting Officer, Virginia A. Roberts, at the following address: virginia.a.roberts.civ@mail.mil and Contract Specialist, Joann Morton, at the following address: joann.t.morton.civ@mail.mil. All questions MUST be in writing and should also be directed to Joann Morton and Virginia Roberts. In all responses, please reference W91247-13-R-0018 JRTC Mission Support in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact: Joann Morton Contract Specialist joann.t.morton.civ@mail.mil Phone: 910-432-7595 Secondary Point of Contact: Virginia Roberts Contracting Officer virginia.a.roberts.civ@mail.mil Phone: 910-396-9223
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5ed39a909b1fc990f7ca431471243ffe)
 
Place of Performance
Address: U.S. Army Joint Readiness Training Center (JRTC) Operations Group Fort Polk LA
Zip Code: 71459
 
Record
SN02991081-W 20130222/130220234239-5ed39a909b1fc990f7ca431471243ffe (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.