Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2014 FBO #4576
SOURCES SOUGHT

R -- TRADOC G-2 OPERATIONAL ENVIRONMENT & CORE FUNCTIONS

Notice Date
6/3/2014
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-15-OECORE
 
Response Due
6/18/2014
 
Archive Date
8/2/2014
 
Point of Contact
Christina Crawley, 757-501-8122
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(christina.m.crawley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement only and is not a solicitation for proposals. The purpose of this Announcement is to gain knowledge of potential qualified small business firms. Responses to this Source Sought will be used by the government in making appropriate acquisition decisions. The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure contract support services for the U.S. Army Training and Doctrine Command (TRADOC), Deputy Chief of Staff for Intelligence, G-2 Operational Environment and Core (OE/Core) Functions. Primary duty locations are Fort Eustis, VA; Fort Leavenworth, KS; and in Theaters of Operations. The TRADOC G-2 is an innovative, learning, and enabling enterprise that examines national security challenges, defines OE variables, challenges solutions, and expands perspectives in order to enable the Human Capital Enterprise to accomplish its mission. G-2's purpose is to identify, define, and predict the variables of the OE and then apply and channel the product towards ensuring the rigor and relevance of a complex battlefield and adaptive threat are integrated across the mission area. TRADOC G-2 requires various support services as shown in Attachment 1 - Specific Tasks. A brief overview of these tasks include but are not limited to: (a) studying, developing, and maintaining the OE; (b) building and maintaining an OE knowledge center as a flexible network of data, tools, relationships, processes, and systems capable of replicating the most complex and difficult circumstances expected in the OE; (c) managing the Army Operational Environment/Opposing Forces (OE/OPFOR) modernization program; (d) providing signatures and intelligence, surveillance, and reconnaissance (ISR) integration support; (e) validating and assessing OE and threats application across the TRADOC mission set; (f) collaborating with Deputy Director Joint Staff J-7, Joint and Coalition Warfighting (JCW) or equivalent Organization on the Joint Operational Environment (JOE) and threats; (g) providing independent expert, critical reviews of plans, concepts, organizations, and programs; (h) exercising staff management of all intelligence, foreign disclosure, and security (personnel, technology, and communications) policy, products, and priorities; (i) representing TRADOC for intelligence resources and integration of ISR concepts and requirements with responsible agencies, and (j) executing special projects and missions assigned as short term, rapid needs for Subject Matter Experts. Sources are being sought for firms with a North American Industry Classification System (NACIS) Code of 541990 - All Other Professional, Scientific, and Technical Services, with a small business size standard of $14.0 million. The following information is requested with responses and shall not exceed ten (10) pages: a) Company name, address, CAGE code, and points of contact with telephone numbers and email addresses. b) Business size/classification to include socioeconomic designation of the company (i.e., 8(a), HUBZone, Women Owned Small Business, Veteran Owned Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned Small Business, etc.). c) Number of Employees. d) Average revenue for the last three (3) years. e) Resources to include your company's growth capabilities and established line of credit. f) Description of firm's capability to provide the specified support and support services including communication of technical expertise. Capabilities must be presented in sufficient detail in order for the Government to determine if the company possesses the necessary functional area expertise and experience to compete for this acquisition. g) Past performance/experience on contracts of similar scope (relevancy) that are within the last three (3) years (recency) of the issue date of this announcement. Past experience should include project title, location, general description of the services provided, the company's role, the dollar value, and name of the company/agency/Government entity for which the work was performed. It is imperative that businesses responding to this sources sought announcement articulate their capabilities clearly and adequately. Industry input is also requested on the DRAFT PWS (Attachment - 2). Questions and/or feedback related to the DRAFT PWS MUST be submitted as a separate document. Responses will only be accepted via e-mail. Telephonic responses will not be honored. Please send your responses to MICC - Fort Eustis by 5:00 pm EDT, Wednesday, June 18, 2014. Submissions may be sent to Christina Crawley at Christina.M.Crawley.civ@mail.mil. This is NOT a Request for Proposal. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE. All interested parties shall respond to that solicitation announcement separately from this sources sought announcement. No award will result from this sources sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6814b50a9e682697511eda48daf853a0)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Fort Eustis Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN03383692-W 20140605/140603234857-6814b50a9e682697511eda48daf853a0 (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.