SOURCES SOUGHT
R -- Service-Disabled Veteran-Owned Small Business (SDVOSB) Sources Sought for Multiple Integrated Laser Engagement System (MILES) Program Analyst
- Notice Date
- 6/11/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
- ZIP Code
- 23604-5538
- Solicitation Number
- W911S0-13-T-0011
- Response Due
- 6/18/2013
- Archive Date
- 8/10/2013
- Point of Contact
- DONNA HULL, 757-878-3166
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(donna.hull@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a Sources Sought announcement seeking only Service Disabled Veteran Owned Small Business (SDVOSB) responses in order to determine SDVOSB participation in this acquisition. The Mission and Installation Contracting Command - Fort Eustis (MICC - Fort Eustis), VA, intends to procure a Multiple Integrated Laser Engagement System (MILES) Program Analyst for the Army Live Training Support Office, Training and Doctrine Command (TRADOC) Capabilities Manager - Live, located at Joint Base Langley-Eustis (JBLE), Fort Eustis, VA. The acquisition objective is to provide Department of the Army with contractor personnel who possess the experience, training, technical and analytical expertise, and other credentials necessary to develop, staff, and finalize crucial Tactical Engagement Simulation (TES) Live training support requirements in accordance with regulatory guidance and specifically, the Joint Capabilities Integration Development System (JCIDS) process in a timely manner at a fair and reasonable price. The outcome is to provide Army personnel with an integrated live training environment for units to train under realistic conditions. The Contractor must also be capable of developing and maintaining the Basis of Issue (BOI) plans for the distribution of TES training systems as Army force structure is modified and units are redeployed. In addition, the Contractor must also be responsible for their own management, administration of the work required, and bear sole responsibility for compliance with any and all technical, schedule or financial requirements, or constraints attendant to the performance of the contract. The following is a summary of the tasks required: 1) Review and analyze MILES policy, program, and requirements documents for validity, accuracy, completeness, and recommend revision. Specifically, the contractor shall review and provide recommended revisions to MILES Integrated Logistics Support Plans (ILSP), Material Fielding Plans (MFP), Training Support Products, and Technical Manuals (e.g., Pocket Guides, Operator Manuals and Maintenance Manuals). 2) Analyze and develop TES requirements, capabilities, and gap assessment documents that provide the coherent strategy and integrated mechanisms for consolidating the current TES requirements into a configurative approach that will include broad and comprehensive range of TES requirements (Individual Soldier, Combat Vehicle, and CS/CSS Vehicle). The contractor shall use data from previous analyses to assist in the development and refinement of TES requirements. 3) Make recommendations on alignment and/or rework of requirements based upon User input to TES enablers. 4) Provide TES material developers, PEO STRI, with material development integration, cross-program/domain synchronization, and execution management. 5) Provide information briefings on TES Training Systems analyses, requirements, and gap assessments to the COR as required. 6) Apply current and incorporate emerging Live TES methodologies and strategies to Army Live TES BOI requirements development. 7) Research, analyze, coordinate, and staff the requirements for TES training systems with the appropriate organizations. TES training systems requirements will be written in accordance with approved TRADOC, Army, and CJCSI regulations, directives, instructions, and other guidance. 8) Comply with established organizational staffing procedures and provide administrative development and staffing of documents (such as information papers, point papers, read-aheads, and trip reports), conduct briefings, and provide other presentations as required. 9) Prepare and maintain routine and specialized documents/reports (to include database and library/folders) that support the analysis, management, and traceability of TES related programs. Examples include capability threads trace, relational diagrams, and schema. 10) Perform coordination within TRADOC and other Army Commands (ACOMs), services, and other agencies to provide training and technical information on TES training systems and to gain insights on how other systems may influence or impact TES training systems. The designated NAICS Code is 541330, Engineering Services, for vendors with a Size Standard of $14 Million. THIS IS NOT A FORMAL SOLICITATION OR A REQUEST FOR PROPOSAL. This request for information is not to be construed as a commitment by the Government, and no reimbursement will be made for any costs associated with providing information in response to this announcement. The results of this request may lead to a future synopsis announcement as a request for proposal for a base year and four option years. Your response shall include the following information: company name, point of contact with name, telephone number and email address, company size and socio-economic status (i.e., Service Disabled Veteran Owned Business, 8(a), HUBZone, etc.), number of employees, revenue for the last three years, relevant past performance on same/similar work dating back not more than three years, and an explanation of how your company's core competencies match the requirements of this announcement. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional areas to perform satisfactorily. Your brief capabilities statement package should articulate your capabilities clearly and adequately in no more than 10 pages, single spaced, minimum font size 11. Your response should be sent to MICC - Fort Eustis, ATTN: Donna Hull, 2746 Harrison Loop, Joint Base Langley Eustis, Ft. Eustis, VA 23604, or emailed to donna.m.hull8.civ@mail.mil no later than June 18, 2013, at 4:00 pm EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/0a2a46774018641d85c36ebb8d30842c)
- Place of Performance
- Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN03085779-W 20130613/130611234905-0a2a46774018641d85c36ebb8d30842c (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 |