SOURCES SOUGHT
R -- US Army Force Management Support Services
- Notice Date
- 1/6/2015
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- MICC Center - Fort Knox, Directorate of Contracting, Building 1109B, Fort Knox, KY 40121-5000
- ZIP Code
- 40121-5000
- Solicitation Number
- W9124D-15-Q-5230
- Response Due
- 1/13/2015
- Archive Date
- 3/7/2015
- Point of Contact
- Nathalie Riley, 502-624-8264
- E-Mail Address
-
MICC Center - Fort Knox
(nathalie.w.riley.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel free to contact the MICC Special Competition Advocate (SCA) at dean.m.carsello.civ@mail.mil. This synopsis is not a request for proposal. It is a market research tool being used to determine procurement strategy. Appropriate procurement strategy will be determined after consideration of industry response to this sources sought synopsis. The Government is not obligated to, and will not, pay for any information received from potential sources as a result of this synopsis. The Government is seeking responses to this sources sought synopsis from all interested businesses capable of providing the requirement. Small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to identify capabilities in meeting the requirements at fair market prices. For any acquisition set-aside for small business, Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, will apply and will require the prime contractor to self-perform at least 50 percent of the labor with its own employees. Prime contractors cannot sub-contract the entire effort. Again, this applies only to small business set-asides. This is a follow on contract for support services for the US Army Force Management Support Agency (USAFMSA). The scope of this contract is to provide all personnel, equipment, tools, materials, vehicles, supervision, and other items necessary to provide technical and analytical support services in support of the USAFMSA mission. Support includes data collection, data analysis, data management, document integration, document integrator cross-training, organizational analysis, and other supporting functions. The base period of performance is 1 August 2015 through 31 July 2016, with two one-year option periods. USAFMSA, a field operating agency of HQDA G-3/5/7, is a unique and highly-specialized Army resource. USAFMSA develops, maintains and distributes the Army's organizational requirements and authorization documents and data: Tables of Organization and Equipment (TOE), Modified Tables of Organization and Equipment (MTOE), Tables of Distribution and Allowance (TDA), Basis of Issue Plans (BOIP) and Joint and Common Tables of Allowance (JTA/CTA). The Agency maintains the Army's documentation data production and distribution systems; this includes FMSWeb which provides user-friendly, web-based access to force structure documents. All MTOEs and TDAs are synchronized with HQDA G-37/FMP's Structure and Manpower Allocation System (SAMAS), enabling complete and accurate accounting for all Army force structure. USAFMSA's documents and databases provide the detailed force structure data that feeds other Army systems. Programming, readiness reporting, manning, equipping, training, stationing and battle command databases and systems rely on timely and accurate force structure data produced by USAFMSA. The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with the performance work statement (PWS). The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor is responsible for performance on the contract between the hours of 8:00-6:00 Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within the PWS when the Government facility is not closed. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. Work shall be performed at a Government-directed site, at the contractor's facility, or at other locations as determined by the Contract Officer Representative (COR). Travel will be required to other Government-directed sites as necessary to meet USAFMSA requirements. Access to Government facilities will be granted as required and are subject to DoD, Army, HQDA G-3/5/7, USAFMSA, and Fort Belvoir, Fort Leavenworth, or Fort Lee security requirements. The contractor shall possess and maintain a TOP SECRET facility security clearance from the Defense Security Service. Contractor employees performing the work in support of this contract shall have been granted at least a SECRET and a TOP SECRET facility security clearance will be needed for specific tasks. PROPOSED CONTRACTOR TASKS: 1. The Contractor shall serve as Document Integrator, assisting in the development of requirements and authorization documents through the implementation and enforcement of policies and procedures applicable to a wide variety of Army manpower and equipment requirements and authorization documentation programs, systems, and projects. 2. The Contractor shall assist in developing the G-3/5/7 position, including recommended requirements and authorization documents as well as the modification, reconciliation, or adjudication required with coordinating elements. The Contractor also shall assist in the formulation and approval or disapproval recommendation or mediation of both equipment and personnel portion of the document. 3. The Contractor shall maintain liaison with proponents on status of actions involving equipment and personnel portions of requirement and authorization, to permit maximum lead-time in planning proposed reorganization or other changes. The Contractor shall provide advice, assistance and prioritization schedules on matters of organization, authorization, format and automated procedures and techniques during visits to proponents and field commands, agencies, and units. The Contractor shall serve as a member of special task groups on high priority projects ranging from requirements and authorization documents preparation to impact analysis for organization/reorganization actions. 4. The Contractor shall develop qualitative and quantitative equipment and personnel impact data for capability studies, identify organizational improvements, and staff all exceptions to MTOE and TDA standardization for approval ICW USAFMSA leadership. 5. The Contractor shall review and restructure requirement and authorization documents to ensure accuracy (e.g. command control numbers, unit identification codes, standard requirement codes, levels of organization, unit designations, effective dates, designated organization elements, position titles, equipment and personnel allocations and authorizations). 6. The Contractor shall validate the approved document position against the latest documented position in Structure and Manpower Allocation system (SAMAS); recommend SAMAS changes as appropriate; and participate in assigned Force Structure meetings and conferences. 7. The Contractor shall assist in shaping and implementing Army policy for manpower staffing standards development. The Contractor shall support coordination of Army availability and manpower productivity factors, positional manning factors, and manpower requirements. The Contractor shall prepare written and oral reports on the results of manpower studies and make recommendations based on findings affecting Army TDA and MTOE organizations. The Contractor shall review and recommend changes to regulations and other publications that affect Army manpower policies and procedures. The Contractor shall participate in and augment manpower survey teams in the analysis of missions, functions, workloads, and manpower/equipment needs of MTOE and TDA units in CONUS and OCONUS. 8. The Contractor shall support the HQDA Organizational Integrator, Systems Synchronization Officer, Force Integrator and Command Manager by providing guidelines for personnel and equipment documentation. The Contractor shall coordinate with counterparts in HQDA. 9. The Contractor shall provide desktop support, IT/automation customer service, and Information Management Officer (IMO) services at the USAFMSA Fort Leavenworth location. IT/IMO services will coincide with Fort Leavenworth USAFMSA core business hours of 0800-1630 (Central) Monday through Friday, except Federal holidays. The Contractor shall coordinate with U.S. Army Network Enterprise Center (NEC), Fort Leavenworth technical POC to resolve issues. The Contractor will adhere to NEC guidance, certification requirements, and policy/procedure specific to each USAFMSA location. The Contractor shall provide support and services to include the following: Work with computer, peripherals, and telecommunications users to investigate and determine the source of incidents/problems. The Contractor shall diagnose, troubleshoot, and resolve hardware, software, and basic connectivity issues to minimize down time of applications and personnel. Software includes USAFMSA-unique client/server applications such as FMS. Software also includes browser configuration and support for FMSWeb and Microsoft applications as well as the troubleshooting, diagnosis, and resolution of conference room/VTC problems/incidents. Respond to inquiries applying knowledge of computer software applications, hardware, and procedures. Provide users with assistance and basic guidance on how to use various software applications such as statistical, graphics, database, word processing, electronic mail and Blackberry, security and operating systems. Build, install, upgrade, and configure various computer systems to NEC standards for Fort Leavenworth USAFMSA users. Assist in testing software and hardware to evaluate ease of use and whether product will aid user in performing work. Ensure that security updates and service packs (software patches) are applied to USAFMSA computers. 10. The Contractor shall assist in constructing and maintaining requirements and authorization documents to GFM DI OFSC standards. The Contractor shall assist the Force Management community (HQDA G-3/5/7 FM, USAFMSA, etc.) with data conversion, automation, connections, systems integration, and implementation. The Contractor shall ensure conversion/build activities are integrated with other ongoing Army initiatives (e.g., ACP, ARFORGEN, IT PfM, Enterprise Resourcing, etc.). The Contractor shall assist with the operation and sustainment of a classified and unclassified Army Organization Server - a single Authoritative Data Source for the dissemination of force structure information across the DoD enterprise - founded on a standard structure for the organization information required to support transformation of DoD planning, force management, command and control, acquisition, logistics, and financial operations. 11. The Contractor shall assist with the establishment of a transparent and universal process to manage, assess, and display the worldwide disposition of US Army Forces. This will constitute a foundation upon which force structure information will be captured and used to associate and aggregate information from the war fighter and business domains in order to form a coherent, integrated global picture. This includes regulatory and policy recommendations as necessary. The Contractor shall assist with the establishment of the Army Organization Server as the authoritative data repository for organizational information down to the individual billet (personnel) and asset (equipment/serial number) level. The Contractor shall assist with the recording and maintenance of a single Army force structure that addresses current and future war fighter and business functional systems force structure requirements. 12. The Contractor shall assist with the coordinated and integrated implementation of Army Global Force Management Data Initiative with Army Enterprise Resource Planning, Army Information Technology Portfolio Management, and the Army Force Generation Model. The Contractor shall assist with identifying necessary GFM data elements (unit, location, personnel, equipment, and activity/event) and converting existing force structure data into the structure necessary to ensure information is accessible for integration across the DoD enterprise utilizing net-centric concepts and services. The Contractor shall assist with identifying and establishing connection to GFM authoritative sources (databases) that must feed, and be fed by, the Army Organization Server. The Contractor shall assist with ensuring Army Organizational Server data is interoperable with Army Battle Command Systems. The Contractor shall assist with making all Army organization and force structure authorization data visible, accessible, and understandable to the DoD enterprise in GFM DI-established formats. The Contractor shall assist with achieving full unclassified and classified operational capability. Meetings will be held periodically as needed by the Government or Contractor or as required, to discuss task accomplishment, deliverables, and progress toward task completion. This conversion will require a significant coordination with TRADOC proponents, the ARSTAF, and USAFMSA personnel. The contractor will participate in and coordinate DoD, Joint, and Army-level meetings to fully-implement GFM DI. The appropriate NAICS code is 541690 with a size standard of $15,000,000.00. Responses to this announcement must be received no later than 2:00 P.M. Eastern Standard Time on Tuesday, 13 January 2015. Responses should be emailed to nathalie.w.riley.civ@mail.mil. Responses shall include the following: 1. Company name and address; 2. A statement of interest that meets all the requirements listed above; 3. A synopsis of the contractor's capabilities; 4. Company size: small or large, new qualified small business sources, including veteran-owned small, service-disabled veteran-owned small, HUBZone small, small disadvantaged, and economically disadvantaged women-owned small business program. 5. Statement confirming the requirements of FAR 52.219-14 will be met should this acquisition be set-aside for small business (if applicable); 6. Contact information, to include name, e-mail address, phone number, and fax number; 7. CAGE Code and/or DUNS number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4118870ca4a746ee19797ccc045bddc0)
- Place of Performance
- Address: USAFMSA 9900 Belvoir Rd Ft Belvoir VA
- Zip Code: 22060-5587
- Zip Code: 22060-5587
- Record
- SN03609351-W 20150108/150106234413-4118870ca4a746ee19797ccc045bddc0 (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 |