Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 11, 2014 FBO #4582
MODIFICATION

R -- The is a Sources Sought, all information will be used as Market Research of sources capable of providing professional services in support of the Rapid Equipping Force. No Quotes are requested and no reimbursements of costs will be made.

Notice Date
6/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting 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
REFPROFSVCS-RFI
 
Response Due
6/16/2014
 
Archive Date
8/8/2014
 
Point of Contact
stanford williams, 703-704-7025
 
E-Mail Address
ACC-APG - Aberdeen Division D
(stanford.williams.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Requirement/Customer Introduction REFPROFSVCS-RFI Document Type: Sources Sought Notice/Request for Information Posted Date: 16 May 2014 Response Date: 16 June 2014 NAICS Code: 541611 - Administrative Management and General Management Consulting Services Small Business Size Standard: $14M This Sources Sought Notice(SS) /Request for information (RFI) is for planning purposes, and is not to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be a made for any costs associated with providing information in response to this SS/RFI or any follow up information request. Respondents will not be notified of the results of the evaluation of the information they provide. No questions will be taken on the SS/RFI. No contract award will be made on the basis of responses received. The information will be used in a Market Research Report assessment of sources capable of providing professional support services in support of the Rapid Equipping Force (REF). Therefore, no late submissions will be considered in the development of the Market Research Report. Response Instructions Responses should be emailed to Mr. Stan Williams, stanford.williams.civ@mail.mil, at the REF by the response date listed above. Description of Requirement The U.S. Army Rapid Equipping Force (REF) harnesses current and emerging technologies to provide rapid solutions to the urgently required capabilities of US Army forces employed globally. The REF is led by an experienced combat leader with the mindset of a warfighter, whose guidance drives the REF to employ Soldier ideas and innovations into its game-changing solutions, while simultaneously seeking the latest capabilities from industry, academia and government. Beyond Operations Enduring Freedom and Operation New Dawn, The REF will continue to play a vital role in identifying and rapidly responding to global threats. The scope of this planned requirement includes the acquisition of relevant functions necessary to accomplish the mission of the REF. This requirement is for services in support of administration, security, operations, requirements and mission analysis, logistics, acquisition, and technical research and analysis with duties both outside the continental United States (OCONUS) and within the continental United States (CONUS), to include facilities in Afghanistan and at any other future training/war/conflict location identified by the Army. The planned acquisition will have a five year ordering period with firm fixed priced task orders. The anticipated date of award is in March 2015. Work will be performed in REF offices at Fort Belvoir, Virginia, Fort Meade, Maryland or contractor facilities located in the Northern Virginia area or such other offices in the immediate vicinity as determined by the REF. Work may also be required and/or performed at other REF sites, including U.S. Army component command sites, sites that relate to U.S. Army missions and operations as required to accommodate specific tasking, and Contractor corporate facilities located in the Northern Virginia area. Services will also be required on-site at REF Forward Offices located at Government facilities OCONUS or such other office deemed necessary. It is anticipated under the planning of this requirement that the contractor will be required to deliver, at a minimum, the following services: Strategic Planning and Liaison: The contractor shall provide guidance for the Strategic Communications activities for the REF to include development and implementation of REF planning and communications activities ensuring the integration and consistency of mission, message and operational execution across the entire organization. The contractor shall be able to leverage a variety of different media, using various delivery methods. The contractor shall provide liaison support at major Army organizations including, but not limited to Headquarters, Department of the Army, Major Commands (MACOMs), and Army Component Commands to coordinate requirements and efforts. Business Management Support Services: Resource Management The contractor shall assist in the following budgetary support services: planning, programming, budget formulation, and budget execution planning. These services include, but are not limited to budget request submittals; budget obligation preparation and execution tracking; and preparation and follow-up of funding documentation. The contractor shall monitor budget execution proposals for resource reprogramming and develop out-year reprogramming proposals. The contractor shall perform continuing analysis in connection with the program planning, program review and evaluation of financial management functions as related to the REF mission. Administration The contractor shall facilitate administrative operations, respond to inquiries and provide executive secretarial support for the Headquarters, REF including preparation of correspondence, awards and evaluations tracking, duplication and distribution of documents, travel management, calendar coordination, filing, and coordination. The contractor shall provide support for all REF personnel operations and personnel functions to include support of forward deployed elements in support of contingency operations; coordinating all personnel actions with the appropriate tasking Corps, Division, Task Force, Brigade Combat Team (BCT) S-1, to ensure all REF personnel actions are properly completed and processed in a timely manner prior to redeployment CONUS, and Battalion level S-1 Functions. The contractor must be familiar with Department of Defense (DoD) business processes, organization and culture, and have functional expertise in various DoD staffing and coordination functions. Intelligence and Security The contractor shall provide expert analysis of current and projected threat activities, capabilities and potential future developments from tactical through strategic perspectives to inform and guide REF initiatives. The contractor shall assist in developing threat briefings and updates as required, as well as white papers and other special projects. Additionally, the contractor shall gather and analyze information and intelligence on OCONUS threat organizations involved in terrorist and insurgent activities. The contractor shall provide security support to the REF office including maintaining a database to track security clearances, maintaining the Key Control, conducting in and out security processing, tracking annual security training requirements tracking of the Secret Internet Protocol Router Network (SIPRNET) accounts and the Secure Telephone Unit - Third Generation (STU-III) assets, processing visit requests, managing safe combinations, and drafting and maintaining the organization's security processes and procedures. The contractor shall develop, coordinate and implement a Program Protection Plan and individual Project Classification Guides. The contractor shall develop DD254s, supervise vendor compliance, monitor vendors working in support of the REF, ensure compliance with security requirements, make recommendations on release of information pertaining to Product Manager efforts, and coordinate/assist in the requisite clearances for vendors supporting REF efforts. Operations The contractor shall support planning, executing and reporting on REF operations, including deployment of personnel and material to support REF operations globally. The contractor shall assist in the equipping and training processes within REF to ensure activities are in synch with the receiving units' schedules. The contractor shall support the development of long term plans for assessment and transition execution to include the development of process improvement and planning. The contractor shall coordinate training in support of materiel capabilities provided to Army forces globally. The contractor shall track training projects, coordinate travel, monitor trainers' status during deployment, and ensure timely submission of written reports. The contractor shall assist the REF in planning and implementing enterprise information systems to support both distributed and centralized operations and achieve more effective and cost beneficial enterprise-wide information technology (IT) operations. The contractor shall provide for direct liaison between forward-deployed personnel and rear element located at Fort Belvoir, Virginia by actively managing a geographically- based portfolio of up to 40 projects throughout the REF project lifecycle. The contractor shall maintain awareness of U.S. Army operations and policy to facilitate the REF mission, goals, and objectives and coordinates activities and information with Army Staff, Major Commands, DOD agencies, and deployable units. Information Technology The contractor shall develop/maintain a disaster recovery plan. The contractor shall ensure an adequate IT Security Program is in place (SOPs, User Guides, Training, STIG compliance etc.). The contractor shall manage/maintain REF network user credentials and provide user training. The contractor shall review and submit all user access requests (verify DD2875, need-to-know, etc). The contractor shall ensure systems are registered and compliant. The contractor shall review, submit and document requirements for shared/service accounts. The contractor shall be responsible for the safeguarding of Sensitive and/or Classified Data to include maintaining classification guidance for systems, and providing classified handling, processing and discussion guidance. The contractor shall provide technical security expertise in planning, preparing and executing the DISN connection approval requirements for DoD Service and Agency Information Systems including Connection Compliance Assessment efforts, assessing the local subscriber environment information system and technology's security posture for compliance with policies and directives. Solution Development, Planning and Execution Support Services: Management and Process Improvement The contract shall provide management services to track, monitor, and report on REF efforts. The contractor shall assist the REF in evaluating the processes and procedures to identify and eliminate waste and unnecessary bottlenecks. Requirements Analysis The contractor shall provide requirements analysis and validation support services including mission analysis and course of action development for problems identified by soldiers and commands. The contractor shall develop requirements on identified solutions. Project Management The contractor shall provide professional acquisition services in one or more areas of the acquisition life cycle or program/project functional area: program management, purchasing/procurement, market research, source selection, statements of work, independent government cost estimate (IGCE) and other pre and post award documents, training, research, business process improvement, federal statutes and regulations, acquisition or contracting management. The contractor shall assist in the planning, scheduling and providing of reviews/recommendations for improving procuement activities and acquisition strategies. The contractor shall coordinate with government contracting offices and procurement personnel to facilitate all phases of the project(s) for which they are responsible. Research and Analytic Support The contractor shall provide scientific and engineering subject matter experts and other specialized personnel to provide staff analysis and assessment support for the US Army Rapid Equipping Force (REF) and will deliver reports documenting the results of their analyses. The contractor shall provide assessmens, recommendations, and consultations on a variety of capability gap requirements across the REF portfolio to provide scientific and engineering perspectives on how best to satisfy the gap. Logistics The contractor shall provide general operational logistics service in support of REF operations. The contractor shall ensure personnel have proper government licenses for the operation of government furnished vehicles up to and including medium-duty box trucks and forklifts up to 17,500 lb lift capacity. The contractor shall provide supply support for receiving, inspecting, labeling, issuing, and temporary storage of equipment and property including hazardous materials used in industrial and military operations. The contractor shall provide supply support to include maintaining the Property Book and REF property database(s), tracking and maintaining property warranties, facility work orders, turn-ins for repairs, and maintaining appropriate supply records. The contractor shall ensure proper accountability and proper chain of custody and perform periodic inventories and reconciliation making appropriate data entries into the client Data Base. The contractor shall support deployed forward logistics operations by providing theater logistics subject matter expertise and performing coordination and liaison activities with OCONUS AFSBs and Sustainment Commands. Assessments The contractor shall provide assessment services including planning, tracking and coordinating feedback and assessment data across a multitude of organizations. Respondent Information Business Name: CAGE Code: Point of Contact: Size Status(es) under this RFI's identified size standard (SB, 8a, SDVOSB, etc): Request for Information (RFI) Questions Responses which do not clearly and completely address the below series of questions will be considered as submitted for general informational purposes only, and not considered a demonstration of intent to submit a proposal to any eventual Request for Proposal (RFP). A lack of Small Business responses to this RFI must be treated as evidence of disinterest/incapability of Small Businesses to submit a proposal to any eventual RFP. 1. If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this RFI. 2. Please estimate the maximum percentage of the overall requirement 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. 3. Upon any eventual release of a Request for Proposals, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor? 4. Does your company possess the capabilities to provide the entire range of services called for in the above Description of Requirement? YES or NO 5. If you answered YES to the question above, provide specific capabilities and examples. If you answered NO to the question above, please identify the areas for which subcontract support would likely be utilized. 6. Has your company performed this type of effort or similar effort (to include size and complexity) either currently or in the past to another Government agency or non- government customer? YES or NO If YES, please identify the agency, contact information and contract number as applicable. 7. A SECRET security clearance will be required of all contractor personnel at time of award. Will your company be able to comply with this requirement? YES or NO
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c4b4b4c2b0c327abe125d95184571abb)
 
Place of Performance
Address: Fort Belvoir, Virginia but duties can be both outside the continental United States (OCONUS) and within the continental United States (CONUS), to include facilities at any present or future training/war/conflict location identified by the Army.
Zip Code: 22060-5852
 
Record
SN03389219-W 20140611/140609234440-c4b4b4c2b0c327abe125d95184571abb (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.