Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2013 FBO #4346
MODIFICATION

A -- est Instrumentation Enterprise Development and Support (TIEDS)

Notice Date
10/16/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK13R0014
 
Archive Date
1/14/2014
 
Point of Contact
Kaitlin Lockett, 407-208-3352
 
E-Mail Address
PEO STRI Acquisition Center
(kaitlin.lockett@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
**********UPDATE: The NEW SOLICITATION NUMBER for the TIEDS effort is W900KK-14-R-0014. Please disregard previous Solicitation Numbers posted regarding the TIEDS effort. A pre-solicitation notice with the updated number will be posted to the FedBizOpps website.*********** The purpose of this Request for Information (RFI) is to obtain information and solicit industry comment prior to issuing a competitive solicitation for the TIEDS effort. Brief Summary: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Instrumentation, Targets, and Threat Simulators (PM ITTS) Instrumentation Management Office (IMO) is performing market research to identify interested sources for a potential new contract for numerous efforts to support the objectives of IMO and its customers, including, but not limited to Army Test and Evaluation Command (ATEC), Office of the Secretary of Defense Test Resource Management Center (TRMC), Training and Doctrine Command (TRADOC), other Program Executive Offices (PEOs) and Project Management Offices (PMOs), Defense Laboratories, and other Defense Services and Agencies. IMO activities focus primarily on areas that would utilize a Services type contract vehicle, with the added ability to deliver instrumentation related hardware, software or integrated solutions. Program Description: PM ITTS IMO requires a contract to address the acquisition life cycle of instrumentation related capabilities. TIEDS is geared towards the full spectrum of the instrumentation requirement, research, development, production, integration, and sustainment processes. TIEDS is expected to allow PM ITTS IMO to respond to evolving technology and military demands. The spectrum of services required range from requirements analysis and concept exploration to rapid prototyping, system development, system sustainment and other related tasks. A draft Statement of Work is included to help describe the requirements of this effort. Acquisition Strategy: It is the Government's intent that the TIEDS program will be executed as a competitive award, and focused to the greatest extent on utilizing Small Businesses. The contract vehicle type has not been determined; however, the Government is contemplating a single-award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract. Request For Information (RFI): Interested parties are requested to review the draft Statement of Work and provide your written responses by 12:00 PM EST on December 17, 2012. The Government is requesting specific responses to the information provided below: Administrative: a. Provide company name, points of contact with phone number, and e-mail. b. Every page should have the company name, header, page numbers, date and if applicable the version number. c. Technical: It is expected that the new TIEDS effort will fund Program Management functions through each individual Task Order and will not fund a separate Program Management Task Order. i. Describe your approach to support Task Orders, sometimes with evolving requirements, as they arise. Include your process and approach to provide rough order of magnitude (ROM) on cost, schedule, and performance with expedient turnaround times. Include relevant technical history that demonstrates your technical skill sets from work completed. ii. Describe your ability to operate in an Integrated Product Team (IPT) environment with the Government and/or its customer(s) to meet very short timelines to make decisions, meet documentation and programmatic suspenses, and execute acquisition tasks such as the ones listed below. iii. Describe how you would manage an ID/IQ contract whereby all program management tasks are funded by individual Task Orders. There could be instances when a significant surge of program management efforts (proposal preparation, IPT coordination, etc.) is required. These surges could be random and without notice, yet require a quick turnaround (i.e. 4th quarter of the fiscal year). Identify your process for staffing and processing multiple proposals, while still managing current efforts. Describe your ability to surge to meet demands. iv. Describe your approach to a Task Order that is complex (i.e., quote mark research, propose, and price the development and life cycle sustainment of a cyber attack instrumentation system quote mark ) and program management intensive versus a simple order that would be a Commercial Off The Shelf (COTS) procurement (i.e., quote mark Purchase 15 qty item #123 radios from the lowest cost of three competing vendors quote mark ). a. Describe the differences regarding managing a simple verse complex task order. b. Differentiate your approach between the more complex tasks versus the simpler tasks, and discuss how you determine whether to perform the tasks quote mark in-house quote mark or via a subcontract. c. Describe previous technical tasks that you have successfully completed that fit into a complex and simple category. v. Describe your past performance with regard to lifecycle tasks associated with Test Instrumentation and related technologies including test data collection, reduction and analysis; real time casualty assessment (RTCA); and test design, planning, control, infrastructure, networks, and architecture. Vendors interested in this opportunity are requested to email their response no later than 12:00 pm Eastern Standard Time (EST) on December 17, 2012 to: Contract Specialist Mr. Jason Malak (jason.malak@us.army.mil) Contractors are requested to provide a white paper not exceeding ten (10) pages double spaced, single sided, including the cover sheet. Font size shall not be smaller than industry standard word processor 12-point Times New Roman in a MS Word document. In addition, contractors are invited to provide feedback on the draft SOW and Acquisition Strategy. Contractors are requested to provide comments not exceeding ten (10) pages, double spaced, single sided, including the cover sheet. Font size shall not be smaller than industry standard word processor 12-point Times New Roman in a MS Word document. Disclaimer: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request. Contracting Office Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando, FL 32826-3276 Point(s) of Contact: less than br / greater than Primary POC - Contract Specialist: Mr. Jason Malak 407-208-3337 jason.malak@us.army.mil Enclosures:Encl 1 - Draft Statement of Work
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK13R0014/listing.html)
 
Record
SN03216681-W 20131018/131016234208-2e9e4bf800a159a3b0ab2392db907a53 (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.