Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2014 FBO #4535
SOURCES SOUGHT

59 -- SAMD Support Services

Notice Date
4/23/2014
 
Notice Type
Sources Sought
 
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
MARKET-SURVEY-5598-1
 
Response Due
4/30/2014
 
Archive Date
6/22/2014
 
Point of Contact
Tineka C. Davis, 443-861-5439
 
E-Mail Address
ACC-APG - Aberdeen Division B
(tineka.c.davis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
FOR MORE INFORMATION PLEASE CONTACT: Matt Oskam Matthew.b.oskam.civ@mail.mil The purpose of this Request for Information (RFI) is to assist the Government in the Acquisition Strategy determination. Do not submit a proposal or quote. After reviewing the Description of the Requirements, interested active Small Business Administration certified 8a program participants to include Alaskan Native Corporations, Indian Tribes, and Native Hawaiian Organization owned concerns are invited to provide responses to the following questions. Please provide responses if you can support some or the entire Requirement, highlighting the specific areas. Responses should follow this format and 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. Responses to this Source Sought are due by April 30th, 2014. Please submit all RFIs to - matthew.b.oskam.civ@mail.mil. Subject line must read RFI Market Survey- SAMD Support Services Business Questions: 1. Please provide the following Point of Contact Information: Company: Address: Point of Contract: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's size based on the assigned North American Industrial Classification System (NAICS) code of 541330 - Professional, Scientific, and Technical Services - Engineering services. The Small Business Size Standard for this NAICS code is $14,000,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concerns Small Business (SB) Concerns Small Disadvantaged Business (SDB), (include 8a, ANC, Tribal, and NHO owned concerns) If your company is an SBA certified 8a program participant, please also provide the 8a program graduation date. Women-Owned Small Business (WOSB)/Economically Disadvantaged WOSB (EDWOSB) Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) 3. Identify if your company interested in bidding prime or subcontracts for the attached requirements. 4. What type of services under the attached PWS do you plan to perform in house (not subcontracted out)? 5. Indicate (with supporting rationale) how your company would be compliance given the restriction identified in the National Defense Authorization Act of 2013 which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. 6. Can you go without a payment for 90 days? 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. Interested 8a program participants are encouraged to identify teams, indicate the anticipated team member's size based on the assigned NAICS code of the work that the team member may be doing as applicable. If known, please provide details regarding possible joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements. 9. Does your firm possess an adequate Defense Contract Audit Agency (DCAA) accounting system? Technical Questions: 1. Is your company currently providing similar services to the nine (9) elements outlined in the general description of effort to another government agency (you many also include contract number(s) for government) or other non-government customer in the past? Specific attention should be made to providing Foreign Military Sales (FMS) Program Management Office (PMO) Support. If so, please identify the agency or non-government customer and provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your direct support of the effort. 2. What are the core competencies of your employees that would support the requirements? Also provide the total number of individuals currently employed by your company capable of supporting the requirements. 3. Please indicate and explain your ability to provide at least SECRET cleared personnel should it required or obtain them at time of contract award 4. What experience and expertise does your company possess in managing hybrid Firm Fixed Price and Cost Plus Fixed Fee contract for labor hours? Please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your hybrid contract management effort. 5. What expertise does your company possess to ensure contract transition within thirty (30) days? Has your company conducted contract transitions within thirty (30) days of contract award to include no interruption of operations during the transition? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your transition effort. 6. What expertise does your company possess in adding subcontractors after contract award? Has your company added multiple subcontractors in less than thirty (30) days after contract award? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your effort to ensure no interruption of operations. 7. What expertise does your company possess in managing multiple, independent and separately appropriated funding streams that are individually managed for purposes of contract ceiling allotments? Has your company managed this type of funding stream on other contracts with similar efforts? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your direct support. 8. What expertise does your company possess in providing engineering, technical, program and weapons system management support to a Foreign Military Sales (FMS) Program Management Office (PMO) that includes planning, coordination, implementation, and monitoring of assigned equipment on FMS cases to sustain Security Assistance Communications-Electronics programs established with multiple FMS customers? Note: This type of effort does NOT entail procurement, fielding or delivery of equipment or services to foreign nations. Has your company provided this type of FMS PMO office support on other contracts? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your direct support. Interested companies are also required to provide a quote mark White Paper quote mark (no more than 20 pages in length) describing how its programmatic and technical expertise could produce and deliver ALL nine (9) elements outlined in the general description of effort listed below. Sufficient information should be provided in regards to contractor management and oversight on the performance of this contract to demonstrate companies' ability to successfully manage the contract. Also, identify your company's past and current customers to which you provided similar products/services, including customer/company name(s), POCs, phone number, and address/e-mail where they can be contacted. GENERAL DESCRIPTION of EFFORT: CECOM Security Assistance Management Directorate (SAMD) PMO support involves planning, coordination, implementation, and monitoring of assigned equipment on FMS cases to sustain Security Assistance Communications-Electronics programs established with multiple FMS customers. It does NOT entail procurement, fielding or delivery of equipment or services to foreign nations. This effort shall include but not be limited to the support of implemented FMS cases under the area of responsibility (AOR) US Central Command (CENTCOM), the US Southern Command (SOUTHCOM), the US Northern Command (NORTHCOM), the US Pacific Command (PACOM), the US African Command (AFRICOM) and the US European Command (EUCOM). The nine (9) specific services required in support of this effort include but are not limited to: a.Provide contractor management and oversight on the performance of this contract to include: Contract transition phase-in within thirty (30) days of contract award to include no interruption of operations during the transition. Management of a hybrid Firm Fixed Price and Cost Plus Fixed Fee contract for labor hours. Management of Other Direct Costs (ODCs) to include Contracting Officer's Representative (COR) approved expenses and travel. Management of multiple, independent and separately appropriated funding streams that are individually managed for purposes of contract ceiling allotments. Over sixty (60) Sub-Contract Line Item Numbers (SLINs) are estimated. Submittal of monthly Contractor's Progress, Status and Management Report, in accordance with DI-MGMT-80227. Submittal of individual time sheets each pay period for COR verification. b.Provide program support managers with specialized FMS experience to assist in duties that include but are not limited to: Conducting post-award coordination tasks Track and monitor contractor performance on multiple FMS cases and travel often into various countries and witness testing on behalf of the SAMD. Assessing and determining details for contract modifications or amendments Provide thorough financial reviews Ensure all CDRLs for programs of record are submitted according to schedule Perform thorough CDRL reviews to ensure that all CDRLs are submitted correctly; ensuring all technical data is covered. Participate in Program Reviews c.Provide in-country based C4ISR FMS experts to station/deploy into countries to perform C4ISR communication systems quality assurance tasks, witness testing, and assist in training events, and provide liaison/coordination between customer nations, embassies and SAMD. d.Provide weapon system support managers with specialized FMS experience to assist in duties to include but are not limited to: Conducting technical reviews and analysis for Letters of Request (LOR) Conducting market research Obtaining pricing and availability Vetting release Developing ePadds and unique case notes Developing Letters of Offer and Acceptance (LOA) Calculating manpower Coordinating total package advanced planning for weapon systems resulting from FMS and ensuring that Total Package Approach (TPA) sheets are accurate and are utilized in the case development process Executing LOA staffing Receiving, processing and tracking requisitions Forecasting Congressional Notifications e.Provide technical and engineering support personnel with specialized FMS experience to assist in duties to include but are not limited to: Conduct market research and assist in the evaluation of market research results to include providing systems engineering support in pre-contract award requirements determination. Assist in the development of Acquisition Requirements Packages (ARP) for definite and Indefinite Delivery Indefinite Quantity (IDIQ) contracts to include but not limited Statements of Work, System Requirements Documents and Independent Government Cost Estimates (IGCE) Prepare and loading all COOLEST documentation Perform FMS case technical evaluations for Government approval and assessing technical requirements Monitor configuration management of assigned equipment. Analyze contract technical deliverables Advise Source Selection Evaluation Boards (SSEB). Conduct and participate in witnessing test and acceptance events f.Provide acquisition support personnel with specialized FMS experience to assist in duties to include but are not limited to preparing and monitoring: Justification and Approval (J&A) and Memo in Lieu of J&A Country directed sole source award process Undefinitized Contract Actions Source selection evaluation boards and plans Acquisition cycle times PWS development The role of DCMA and DCAA in the FMS process Defense Finance & Accounting Service (DFAS) Statement of Work (SOW) The Contract Data Requirements List (CDRL) Program briefs to organizations and customers utilizing Microsoft PowerPoint and Excel. g.Provide SAMD database support personnel with specialized FMS experience or can easily learn the use of the following SAMD specific databases and systems: Defense Security Assistance Management System (DSAMS) Centralized Integrated System for International Logistics (CISIL) Security Assistance Case Management Information System (SACMIS) Security Assistance Activity Manual (SAAM), Contracting Opportunities On-Line and Engineering Support Tool (COOLEST) Logistics Modernization Program (LMP) Standard Operation and Maintenance Army Research and Development System (SOMARDS) and General Fund Enterprise Business System (GFEBS) eCollaboration DISA Direct Order Entry (DDOE) Case Closeout Process Execution System (CCOPES) h.Provide on-site program management services support to the SAMD repair and return program through repair and return support personnel with specialized FMS experience. i.Provide administrative support personnel to provide assistance related to program/project management concepts and principles as it relates to FMS acquisition and mission execution; developing and presenting briefings and reports as required related to the day to day execution of the FMS program management support function, utilizing digital text and/or graphic files. PERIOD OF PERFORMANCE/PLACE OF PERFORMANCE The period of performance shall be a twelve (12) months base period from date of award with three (3) six (6) month option periods. The primary place of performance for this requirement shall be the CECOM-LCMC Security Assistance Management Directorate (SAMD) facility located at Aberdeen Proving Ground, MD. Performance will also occur at other CONUS and worldwide OCONUS TDY and permanent locations. Contracting Office Address: ACC-APG Aberdeen Division D Point of Contact: Matt Oskam Matthew.b.oskam.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8c3b08460d4a9cf81b9f808b330f560e)
 
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
SN03347103-W 20140425/140423235647-8c3b08460d4a9cf81b9f808b330f560e (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.