Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2014 FBO #4660
SOURCES SOUGHT

R -- United States Army Combined Arms Center and Fort Leavenworth (USACACFL) Mission Support Multiple Award Task Order Contract

Notice Date
8/26/2014
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-16-CACMATOC
 
Response Due
9/29/2014
 
Archive Date
10/29/2014
 
Point of Contact
J.J. Foster, 757 501-8153
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(john.j.foster4.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), United States Army Combined Arms Center and Fort Leavenworth (USACACFL), Kansas. The USACACFL, Kansas' mission is to provide the TRADOC with long-range training concepts and strategies, doctrine, training development and support products for USACACFL. USACACFL's function in this area is to serve as the user representative in the development of training methodologies, products, concepts, doctrine, organizational and materiel requirements for each functional area. In addition, USACACFL has the responsibility and the mission to provide leadership and supervision for: Leader Development (Training, Education and Leader Experiences) Studies and Programs Professional Military and Civilian Education Institutional and Collective Training Functional Training Training Support Doctrine Lessons Learned Mission Command, Computer Network Operations - Electronic Warfare, Information Operations Knowledge Management Publication Support Training and Education Development Management The USACACFL accomplishes this mission through the full spectrum of training, education and scientific research services; through exploitation of existing and emerging technologies; studies and analyses; experiments; exercises; training and doctrine development, and supplemental /supporting tasks. The USACACFL requires contractor knowledge, expertise and services to support Department of the Army (DA) and Department of Defense (DoD) Agencies initiatives for the USACACFL development, assessment, analysis, staffing, integration and documenting concepts, doctrine development, organization requirements, materiel requirements and production of training, education and doctrine products. This requirement also includes contractor knowledge, expertise and services to support USACACFL with its focus on training and education support by leveraging technologies, battlefield digitization, developing issues, seeking solutions, demonstrating alternatives and coordinating projects. This includes products for units, institutions and individuals. USACACFL requires various support services as shown in quote mark Attachment 1 - Functional Areas quote mark for the follow on contracts to the current Multiple Award, Task Order contracts at Fort Leavenworth KS. Task orders for the current contracts are firm fixed priced and the total value of the awards in 2011 was @ $260M. Specifically, MICC intends to gain market knowledge of potential small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business relative to a requirement that, at this time, will be under the following NAICS Code: 541690 - Other Scientific and Technical Consulting Services Small Business Size Standard: Not to Exceed $15,000,000.00 gross annual receipts NOTE: If, after reviewing the draft Performance Work Statement (PWS), your firm believes another NAICS code is more appropriate, provide the rationale and justification. After review of the responses to this Sources Sought announcement a synopsis and/or solicitation announcement may be published at a later time. Please provide a capability statement addressing your organization's ability to perform as a prime contractor for the functional areas and advise the government of areas that your company would subcontract or partner. Please note that much of the anticipated work will require performance at the government's facility at Ft. Leavenworth KS. Capability statements in response to this notice shall include the following information and shall not exceed fifteen (15) pages: a) Company name, address, CAGE code, and points of contact with telephone numbers and email addresses. b) Business size/classification in regard to NAICS 541690, 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 amount of 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 provide nonpersonal services for the nine functional areas mentioned in this notice. 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. h) We are currently anticipating multiple awards of Indirect Quantity/Indirect Delivery contracts with Firm Fixed Price Task Orders for this action. Following contract award, what transition period do you feel would be adequate to start processing task orders? i) We are anticipating providing a Sample Task Order for pricing the action with the solicitation. Does this strategy sound adequate to provide a firm fixed-price effort? j) We are anticipating issuing Requests for Task Order Proposals using a PWS. What risks do you foresee with this approach and how would you mitigate those risks? It is imperative that businesses responding to this sources sought announcement articulate their capabilities clearly and adequately regarding each functional area listed. Industry input is also requested on the DRAFT PWS that is attached. Questions and/or feedback related to the PWS MUST be submitted as a separate document. Contractor personnel may be required to have a Department of Defense Secret security clearance to perform the required work. 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, September 10, 2014. Submissions may be sent to J.J. Foster at john.j.foster4.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/6eaa34ab89f90f7ff6fe92b99a8e6838)
 
Place of Performance
Address: USACACFL Combined Arms Center Fort Leavenworth KS
Zip Code: 66027-1417
 
Record
SN03480748-W 20140828/140826235148-6eaa34ab89f90f7ff6fe92b99a8e6838 (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.