SOURCES SOUGHT
R -- JOINT INTEGRATION DIRECTORATE (JID) Analytical Support Services
- Notice Date
- 2/25/2015
- 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-JID-2015
- Response Due
- 3/12/2015
- Archive Date
- 4/26/2015
- Point of Contact
- Stella Maris Onuorah, 757-501-8124
- E-Mail Address
-
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(stella.m.onuorah.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. This is a Sources Sought Announcement (SSA) seeking capability responses from Small Businesses only. This notice serves the purpose of conducting market research. The Mission and Installation Contracting Command Mission Fort Eustis will consider setting this requirement aside for small businesses or for socioeconomic categories such as Small Disadvantaged Businesses (SDBs), Woman-Owned Small Businesses (WOSBs), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran Owned Small Business (VOSB), 8(a) Program, Economically Disadvantage Women-Owned Small Business (EDWOSB) or Historically Underutilized Business Zone (HUBZone) firms if market research supports doing so. The Mission and Installation Contracting Command- Fort Eustis Intends to procure the services described herein. The contractor shall support Training and Doctrine Command's (TRADOC's) engagement and coordination element at Joint Staff - Hampton Roads (JS-HR) to support Army and Joint integration and synchronization. This team supports the TRADOC Commanding General (CG), DCG/CofS, Army Capability Integration Center (ARCIC), Combined Arms Center (CAC), G3/5/7 - Operations and Training, and G2 - Intelligence as well as TRADOC subordinate commands, U.S. Army Forces Command, and HQDA. THERE IS NO SOLICITATION CURRENTLY AVAILABLE. THIS SOURCES SOUGHT NOTICE IS STRICTLY FOR MARKET RESEARCH PURPOSES. General contractor roles include: advising and assisting Joint Integration Directorate (JID) leadership in facilitating joint integration with the JS-HR to help ensure the right subject matter experts are integrated into project-managed teams relevant to Army, TRADOC, and ARCIC priorities; assisting JID acquiring and maintaining situational awareness of JS-HR activities relevant to TRADOC and the Army providing timely, relevant information to teammates; assisting JID in maintaining good access and candid communications with and between Army and Joint Staff leaders; assisting JID in senior leader preparation (read-ahead, briefings, information and point papers etc.) for engagements with JS-HR; and assisting JID efforts to facilitate joint synergy. Specific contractor roles include, but are not limited to, assisting and providing related analysis with regard to the integration and coordination of Joint and Army concepts, initiatives, experimentation and experimentation planning [via the Army/TRADOC Campaign of Learning (CoL) and the Joint Planning Guidance], interoperability, doctrine, wargaming, architecture development, science & technology, multinational activities, DOTMLPF developments, training transformation; Joint National Training Capability (JNTC); command and control capabilities developments, intelligence, surveillance, and reconnaissance (ISR) developments and experimentation, while maintaining situational awareness of Service, Joint, and Inter-Agency transformation efforts. The JID will continue to exercise liaison and integration responsibilities while embedded across the various JS-HR directorates. This SSA 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. The anticipated period of performance is a base period of twelve (12) months and four (4) one-year option periods. Work shall primarily be performed at Joint Staff-Hampton Roads located at Norfolk and Suffolk, VA or TRADOC HQ, Fort Eustis, VA (100% Government Site). 2. Background. Transformation of the military is an essential part of Department of Defense's (DOD) effort to keep the Armed Forces superior to any other nations - today and tomorrow. With the disestablishment of the United States Joint Forces Command (USJFCOM) many of the former functions are now resident in the newly formed Joint Staff - Hampton Roads (JS-HR) and as such, the Services, Combatant Commanders, and TRADOC are required to engage them on an ever-increasing basis. The JS-HR includes the Joint Staff Deputy Director J7 (JS DD J7) as part of the Joint Staff J7 Joint Force Development; the Joint Staff Assistant Deputy Director J6 Command and Control Integration (JS ADDJ6C2I), as part of the Joint Staff J6 Command, Control, Communication and Computers (JS J6C4); and the Deputy Director Joint Staff J3 Joint Force Provider. To successfully engage the JS-HR, as they develop future joint warfighting capabilities across the spectrum of operations through activities such as concepts, experiments, prototyping, DOTMLPF (Doctrine, Organization, Training, Material, Leadership, Personnel, Facilities) integration, joint training/exercises and lessons learned, TRADOC must continue to make an investment in an on-site liaison/integration team. The on-site team serves to facilitate Army/TRADOC integration with Joint Staff matrixed teams to provide situational awareness and early warning of relevant activities, to facilitate communication, to assist senior leader engagement (meetings, office calls, executive sessions, symposiums, etc), and to facilitate joint synergy and joint appreciation of Army and TRADOC imperatives. Simply stated, the JID team is the Army/TRADOC liaison integration team embedded within the Joint Staff, Suffolk area. The contract team supports the on-sight government team and does NOT represent the government. 3. Contractor Task. Support Army/TRADOC engagement with the JS DD J7 Future Joint Force Developments - Joint and Coalition Operational Analysis (JCOA) - Lessons Learned & the Joint Staff DD J7 - Joint Training Directorate (split duty): Support and inform TRADOC/HQDA G-3/5/7 and the JS DD J7 Joint Training Directorate of actions impacting the Army related to the Joint Exercise Program and Mission Rehearsal Exercises (MRXs); Joint Task Force (JTF) training, doctrine and developments; Integrate/coordinate TRADOC Training Transformations (T2) initiatives within joint training, as applicable. Support and coordinate TRADOC Training Brain Operations Center (TBOC) integration with the J7, as appropriate. Contractor shall support TRADOC engagement with the JS DD J7 Future Joint Force Development: Concepts Development, Joint Wargaming and Integration: Support Army and TRADOC Concept Development and Experimentation (CD&E) engagement with JS DD J7 and the Joint CD&E Community to ensure that current joint directives such as Chairman of the Joint Chiefs of Staff Instructions (CJCSI) 3010, Joint Operations Concepts Development Process, and CJCSI 3170 Joint Capabilities Integration & Development System are used. Support TRADOC ARCIC CD&L and HQDA G3/5/7 participation in JS DD J7 Joint Concept Development and Experimentation (JCD&E) activities. Support Army interests and positions regarding development of Joint Wargaming that leads to co-sponsorship between JS and Service Title X wargames. Coordinate and support TRADOC and Joint rapid capability transition initiatives; support TRADOC Asymmetric Warfare Group (AWG), Army Rapid Equipping Force (REF), and Network Integration Evaluations (NIE) development efforts as they apply to joint force development. Support coordination of integration and review activities of the JS Joint Doctrine Division to ensure Army interests are included and assist with Army participation and coordination in joint professional military education. Support TRADOC engagement with the JS ADDJ6C2I Directorate to ensure Army equities are represented in JS DDJ6C2I Joint Command and Control capability integration, interoperability, and portfolio management activities. Provide support and awareness of issues that pertain to the JS ADDJ6C2I led C4/Cyber Functional Capabilities Board (FCB). Provide support to Army Staff (G-3/5/7/8), TRADOC ARCIC Staff and ARCIC Gatekeeper through monitoring and coordination of the JS ADDJ6C2I Joint Capability Integration Development Process (JCIDS) review process (IAW CJCSI 3170.01). Provide support to Army Staff G-3/5/7, Army Fires Center of Excellence (FCoE) (Army Fires lead) and TRADOC ARCIC in analysis, coordination and synchronization of Army efforts in support of the Joint Fire Support Executive Steering Committee (includes JCAS). Support to the Army Staff G-3/5/7/8 and TRADOC in analysis, coordination and synchronization of Army initiatives in support of Combat ID/Friendly Force Tracking Executive Steering Committee (CID/FFT ESC). Support TRADOC engagement with the JS DDJ6 C4 - Assessments (JS J6C4A) maintaining situational awareness of all C4A activities of potential interest to the Army. Coordinate with Army proponents to ensure JS J6C4A is aware of specific Army/TRADOC issues relevant to technology assessments conducted by C4A and facilitate issue resolution. Synchronize Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) concept develop ment, capability integration, demonstrations, assessment projects, and systems integration and interoperability between HQ TRADOC and JS J6C4A Maintain an updated list of JS J6C4A developments and capabilities. Coordinate JS J6C4A actions to integrate and transition mature, developed systems to the Army, as required, and to investigate associated C4ISR capabilities of the other Services to determine potential impacts to JS J6C4A programs that support the Army and/or interfaces with Army systems. Support the TRADOC JID primary staff and support TRADOC staff elements as dictated by changing mission requirements. Support and coordinate Flag Officer/General Officer (FOGO) level engagements between Army/TRADOC and JS. Assist with synchronization of strategic communication efforts: priorities, focus areas, responsibilities, lines of effort, themes and messages between the Army, TRADOC and JS J7 & JS ADDJ6 C2I. Coordinate with other Service LNO teams: Air Force, USMC, Navy, to gain consensus and support for the Army positions regarding JS initiatives. 4. Responses. The recommended designated NAICS Code is 541990, All Other Professional, Scientific and Technical Services, with a small business size standard of $15.0M. It is required that all contractors doing business with the Government be registered with the System for Award Management at website: http://www.sam.gov. Your brief capabilities statement package is limited to no more than fifteen (15) pages, single spaced, 11 minimum font size, and should demonstrate ability to perform the services listed. A generic capability statement is not acceptable. The document must address the following, at a minimum: a. A point of contact (POC) name, telephone number and e-mail address; b. Recommended NAICS Code other than the one Projected; c. Prior/current corporate experience performing efforts of similar size and scope within the la three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described d. Capability of teaming partners; if identified; e. Company's ability to begin performance upon contract award. The information should be sent by email only to Stella-Maris Onuorah stella.m.onuorah.civ@mail.mil by 2:00 P.M. EST on 12 March, 2015. Any questions shall be directed to Stella-Maris Onuorah by email: stella.m.onuorah.civ@mail.mil. No proposals are requested by this announcement; all responses shall be solely in the form of information and materials. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. The Government is under no obligation to issue a solicitation or to award any contract on the basis of this SSA. Further, the Government is not seeking proposals and will not accept unsolicited proposals or any cost or pricing data. Contractors are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this SSA. All costs associated with responding to this SSA will be the sole responsibility of the contractor. All submissions will be treated as business confidential materials, become Government property, and will not be returned. IF A SOLICITATION IS RELEASED IT WILL BE ANNOUNCED AT A LATER DATE, and will be synopsized on either Army Single Face to Industry or General Service Administration (GSA) eBuy website. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/581ceaeb546f45802949735f5579759a)
- Place of Performance
- Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 705 Fort Eustis VA
- Zip Code: 23604-5538
- Zip Code: 23604-5538
- Record
- SN03651406-W 20150227/150225234511-581ceaeb546f45802949735f5579759a (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 |