SPECIAL NOTICE
R -- Systems Engineering and Technical Assistance (SETA)Support Services
- Notice Date
- 1/30/2014
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRBSETA
- Archive Date
- 4/30/2014
- Point of Contact
- Karen Gibson, 4102785405
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(karen.gibson2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) / Sources Sought Systems Engineering and Technical Assistance (SETA) Support Services This is a Sources Sought Notice ONLY. This is not a Solicitation; therefore responses to this request are not offers. BACKGROUND: The Program Executive Office Soldier (PEO Soldier) was established in June 2002, in order to serve as a single acquisition office to support the war fighting needs of U.S. Soldiers. A single strategic plan to thoroughly modernize the Soldier was devised that would serve Army modernization goals. Program Executive Office (PEO) Soldier was created by the Army with one primary purpose: to develop the best equipment and field it as quickly as possible so that our Soldiers remain second to none in missions that span the full spectrum of military operations. Since its creation in 2002, Program Executive Office (PEO) Soldier has outfitted U.S. Army Soldiers with the best products available both to protect their lives and to advance their missions. By viewing the Soldier as part of an integrated system, PEO Soldier ensures that the Soldier and everything he or she wears or carries works together as an integrated system. The result is an overall systematic design that benefits Soldiers by enhancing their ability to accomplish individual and collective tasks, improving quality of life, building confidence, and saving lives. Headquartered at Fort Belvoir, Virginia, PEO Soldier designs, develops, procures, fields, and sustains virtually everything the Soldier wears or carries. By employing innovative concepts and technologies, PEO Soldier has made great strides in quickly getting improved equipment into the hands of Soldiers when and where they need it. SETA SERVICE SCOPE: PEO Soldier seeks the continuity of critical SETA services to include logistics and fielding services that enables the successful completion of its mission for the Warfighter. The services required under this contract are diverse; require agile and rapid response to seamlessly accomplish all the support tasks required for HQs staff and four (4) project management offices. This RFI is intended to solicit information on vendor capability to obtain and retain approximately four hundred (400) qualified FTEs per year in support of this requirement. This is a follow-on procurement for both SETA and logistics and fielding services to support PEO Soldier Headquarters (HQ) and its subordinate project management offices: Project Manager Soldier Sensors and Lasers (PM SSL), Project Manager Soldier Protection and Individual Equipment (PM SPIE), Project Manager Soldier Warrior (PM SWAR), Project Manager Soldier Weapons (PM SW). The HQs and PM SSL, SPIE, and SWAR are all located at Ft. Belvoir, VA. PM SW is located at Picatinny Arsenal, NJ. The support required under this effort includes engineering, quality assurance and test support; acquisitions support, business management support, logistics and fielding support, operations support, and administrative support. The support areas include but are not limited to tasks for program management, planning, studies and capabilities development, liaison and operations support; strategic communications, engineering and logistics support, new equipment training, system test and product fielding support, acquisition and contracting support, software development and support and system safety, studies and analysis and quick response support. The vendor shall provide support for all phases of system life cycle management to PEO Soldier products. This includes program/project management support, in response to the deployment and support of PEO Soldier assets in response to military requirements worldwide. North American Industry Classification System (NAICS) codes are: 541330 - Engineering Services 541611 Admin Mgmt and General Mgmt Consulting Services SUBMISSION REQUIREMENTS: Responses shall include the following information: a. Company Name, Street Address, Point of Contact(s) to include name, email and phone #. Please include, if available, your CAGE code and NAICS code(s). b. Capability Statement to include: Technical capability to meet the Government's requirement in its entirety (e.g. providing fully qualified personnel for all services required in a timely manner). Vendor's statement at a minimum shall include experience of management, key personnel, organizational history on meeting this or similar requirements, and corporate acumen in managing multiple government contracts of the same or similar nature. The capability statement must be presented in sufficient detail for the government to determine that your company possesses the necessary mission area expertise and personnel level experience. Response must indicate ability to fill approximately 400 positions within 60 days of contract award with qualified expertise to fulfill all required services/tasks. c. Please estimate the maximum percentage of the overall requirement (all positions) which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in your response. d. Vendor shall identify if they are a Large business, Small or any other socioeconomic type business. In addition, vendors shall indicate their level of participate either at the Prime level or Subcontracting level. e. Please provide recommendations on areas of incentive(s) and associated percentage or monetary amount in meeting the incentive area throughout the performance of said requirement. f. Vendor shall provide an additional statement advising the Government if their service is available commercially, available to the general public, and/or non-governmental agencies. g. Information on the vendor's past performance on recent and relevant contracts within the last three (3) years detailing agency, award date, contract number, and contract amount. h. Submission Format: Written responses (PDF or Word document) shall not exceed ten (10) pages. i. Responses shall be received not later than 3:00pm Eastern Standard Time on Tuesday, February 18, 2014. Submit to Point of Contact: Karen Gibson at Karen.gibson2.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d633f4ff70188b78c3c52749490cd868)
- Record
- SN03277659-W 20140201/140130234703-d633f4ff70188b78c3c52749490cd868 (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 |