MODIFICATION
R -- Operational Support for Global Special Operations Forces (OSGS) - White Paper Format
- Notice Date
- 3/16/2015
- Notice Type
- Modification/Amendment
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Special Operation Forces Support Activity (SOFSA), 5749 BRIAR HILL ROAD, LEXINGTON, Kentucky, 40516-9723
- ZIP Code
- 40516-9723
- Solicitation Number
- H9225415ROSGS
- Point of Contact
- Meredith L Howes, Phone: 8595665036, Brandy L. Epperson, Phone: 8595665068
- E-Mail Address
-
Meredith.Howes@socom.mil, brandy.epperson@socom.mil
(Meredith.Howes@socom.mil, brandy.epperson@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- CHANGE: White paper shall not exceed ten (10) pages and is limited to one (1) per vendor. Papers should be submitted with Times New Roman, 12 Point Font, single spaced with 1 inch margins (See Attached Format Recommendation). This is not a solicitation announcement. This is a request for information (RFI) for the Operational Support for Global Special Operations Forces (OSGS) requirement which will be kicked-off with an Installation Tour and Briefing at Bluegrass Station (BGS) in Lexington, Kentucky. The Government, Program Executive Office (PEO) Special Operations Forces Support Activity (SOFSA), will hold two separate tours on 19 and 26 March 2015. Both tours will be identical and there is no need to attend both. Responses to this RFI shall be submitted in the form of a vendor (or respondent) white paper which the Government will utilize for market research and in preparation of an acquisition strategy. (see details below). The Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI or the site visit. All costs associated with responding to this RFI are solely at the expense of the interested vendor. Not responding to this RFI does not preclude participation in any future request for proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All responses to this RFI will remain in the possession of the Government and will not be returned. The incumbent USSOCOM contract for similar services is entitled SOFSA Contractor Logistics Support (CLS) services. The SOFSA CLS services final performance period end date without transition period is 30 September 2017. The OSGS requirement described herein is anticipated to be the follow-on contract to SOFSA CLS services. BGS INSTALLATION TOUR AND BRIEFING (Attendance Requirements): Respondents are limited to three (3) attendees total. The full names of all attendees shall be submitted in writing via e-mail to the primary and alternate Government representatives specified herein not later than (NLT) 27 February 2015 as follows: • Respondents shall submit full name(s) of attendees not to exceed three (3) attendees total. • Respondents shall designate one (1) Vendor Event Coordinator (VEC) who shall submit the name, phone number, and e-mail address of the designated VEC. The VEC shall be the primary vendor POC responsible for coordinating all details associated with this RFI. • Respondents shall be registered in the System for Award Management (SAM) with an active account. Respondents shall submit confirmation that SAM account is active/current to include CAGE code, DUNS number and evidence that vendor (or respondent) is not currently debarred or suspended. • Government will provide driving directions and other instructions via e-mail to all eligible respondents who provide attendees names as provided herein on or about 3 March 2015. • BGS Installation Tour and Briefing address is 5751 Briar Hill Road, Lexington, Kentucky 40516-9723. • Appropriate security clearances are required for all respondent(s) involved in any phase of this requirement to include this RFI and installation tour. Only U.S. citizens who currently hold a secret or higher security clearance, or those eligible to qualify for a security clearance may apply. An exception may be made for foreign owned companies which hold a Defense Security Service approved Special Security Agreement (SSA). Foreign representatives of a company with an approved SSA will be considered on an individual basis by the Program Executive Officer (PEO). If this exception applies, please submit a request to the PEO SOFSA at least 35 days prior to the scheduled tour of the PEO SOFSA facilities. The request must include the individual's full name, date of birth, country of origin, and Passport Number. • Portable Electronic Devices (PED) to include cell phones, iphones, ipods, laptop computers, or devices with recording or photographic capability are not authorized within certain USSOCOM designated facilities and areas. Members of the three person teams should arrange to leave these items in their vehicles during the tour and briefing. Within the USSOCOM designated facilities Restricted Area photography is prohibited. BGS TOUR AND BRIEFING (Purpose and Limitations): The purpose of the BGS Installation Tour and Briefing is to provide respondents information regarding the scope and magnitude of the OSGS requirement. In order to ensure a fair and neutral environment is established and maintained for all participants, no questions will be allowed during the BGS Installation Tour and Briefing. Requirements for respondent questions related to this event are summarized as follows: • All respondent questions shall be submitted in writing after respondent has completed the BGS Installation Tour and Briefing by sending an e-mail from the designated VEC to the Government representatives specified herein NLT 2 April 2015. • Government responses to all questions submitted will be posted as an official amendment to this FBO RFI. • The Government intends to post the briefing slides to be presented at the BGS Installation Tour and Briefing the day of the first event as an official amendment to this FBO RFI. WHITE PAPER (Requirements): Respondents shall submit a white paper after completion of the BGS Installation Tour and Briefing to the primary and alternate Government representatives specified herein. White paper is due not later than 5 May 2015 with requirements summarized as follows: • White paper shall not exceed ten (10) pages and is limited to one (1) per vendor. Papers should be submitted with Times New Roman, 12 Point Font, single spaced with 1 inch margins (See Attached Format Recommendation). • White paper shall be submitted by the respondents designated VEC (see definition above). • Attendance at the BGS Installation Tour and Briefing is highly encouraged but not required to submit a white paper. • Respondents who submit a white paper and elect not to attend the BGS Installation Tour and Briefing shall meet the eligibility requirements described previously for attendees, recapitulated as follows: o Respondents shall designate one (1) Vendor Event Coordinator (VEC) who shall submit the name, phone number, and e-mail address of the designated VEC. The VEC shall be the primary vendor POC responsible for coordinating all details associated with this RFI. o Respondents shall be registered in the System for Award Management (SAM) with an active account. Respondents shall submit confirmation that SAM account is active/current to include CAGE code, DUNS number and evidence that vendor (or respondent) is not currently debarred or suspended. • Those respondents that intend to submit a white paper but are unable to attend the site visit will not be authorized to submit questions beyond information available in the posted briefing and framing questions. • White paper submissions shall discuss ideas, concepts, best practices and recommendations on how the OSGS requirement might best be executed by a contractor. Some examples are included in the attached framing questions. SUMMARY - RFI CRITICAL DATES: • 27 February 2015: Vendor attendee list due NLT • 19 and 26 March 2015: BGS Installation Tour and Briefing • 02 April 2015: Vendor questions due NLT • 05 May 2015: White Paper due NLT OTHER PERTINENT INFORMATION: Various business relationships will be considered by the Government. Examples include but are not limited to joint ventures, mentor-protégée, and others. OSGS OVERVIEW (Narrative): Program Executive Office (PEO) Special Operations Forces Support Activity (SOFSA) is the United States Special Operations Command's (USSOCOM) dedicated total lifecycle sustainment activity that provides the SOF community with rapid, responsive, and cost effective global logistics support services. PEO SOFSA provides a broad spectrum of logistical support services utilizing Three Core Competencies; 1.) Streamlined Design and Rapid Prototyping, 2.) Production, Modification, and Integration, 3.) Lifecycle Sustainment Activities. Some of the specific activities conducted by PEO SOFSA include dedicated supply chain management and maintenance for SOF peculiar (SOF-P) systems and equipment; aviation, ground, and maritime platform integration, modifications, and sustainment; and expeditionary field support services worldwide. PEO SOFSA also provides these services for other non-SOF Department of Defense and other Government agencies as requested to maintain critical capabilities and provide Better Buying Power solutions for the command. PEO SOFSA is located at Bluegrass Station, Lexington Kentucky and is one of eight executive offices within the Special Operations Research, Development and Acquisition Center (SORDAC) office, headquartered at MacDill Air Force Base in Tampa, Florida. The cornerstone of this contractor logistics support (CLS) effort is located in Lexington, Kentucky with other key facilities, personnel, and equipment located in strategic areas both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The PEO SOFSA contract provides flexible and highly responsive logistics support services to fulfill the logistics readiness requirements of USSOCOM. The objective of this contract is to provide rapid, world-wide response through comprehensive CLS. In concert with the Joint Publication 1-02, the contract scope is defined as the Joint definition of Logistics: the science of planning and carrying out the movement and maintenance of forces. In its most comprehensive sense, those aspects of military operations which deal with: a) Design and development, acquisition, storage, movement, distribution, maintenance, evacuation, and disposition of materiel; b) Movement, evacuation of personnel; c) Acquisition or construction, maintenance, operation, and disposition of facilities; and d) Acquisition or furnishing of logistics services. The Contracting Officer will determine the applicability of scope per requirement, with a focus toward special operations. This contract identifies the full range of logistics services required to meet SOCOM's mission of supporting the SOF community. Within the Core Competencies are ten (10) Key Capabilities essential to providing world class logistics support to our SOF Warfighters. KEY CAPABILITIES: 1. Aviation, Repair, Modification and RDT&E Support - A full range of aviation repair and modifications for both rotary and fixed wing aircraft is performed, including performance of post-maintenance Functional Check Flights; other maintenance test flights; and flight operations support to include range and airfield management and facilities maintenance. Repair activities include avionics troubleshooting, corrosion control, structural repair and replacement, and aircraft strip and paint. Modification efforts range from single radio integrations to complete upgrades for communication, navigation, aircraft survivability, weapons, fuel, power plant, flight control, and aircraft management systems and may include micro-miniature repair. Technical advice and assistance for serviced equipment and associated end items to Government maintenance and operations personnel may be provided. Systems integration in support of this repair and modifications capabilities include 3-D modeling, radio frequency spectrum analysis, vibration testing, non-destructive inspections, and finite element methodologies for structural analysis. The systems and equipment supported may be of foreign manufacture or may be out of production. 2. Integrated Warehouse/Supply Services: A major activity at PEO SOFSA is operating an integrated warehouse and providing supply services for both retail and wholesale inventories. The PEO SOFSA Enterprise incorporates an Inventory Control Point concept as well as UID and Automated Information Technologies (AIT) in the performance of DoD compliant storage and distribution functions to support the SOF community. 3. Small Arms Weapons Mod/Repair/Support/Training: The capability to inspect, modify, support, and maintain, foreign and domestic weapons and associated accessories. The ability to provide maintenance and operational training on the modified or standard weapons. The equipment supported may be of domestic or foreign manufacture for either current out of production weapon systems. Weapons' modifications include the installation of improved sighting systems or other accessories, adaptation of suppressors or other mechanical functions, and the improvement of the weapons accuracy or range. 4. Communications Equipment & Electronic Repair: This includes sustainment, maintenance, and modifications of service command and SOF peculiar C4 systems to include communication, computers, or other electronics integration on aircraft, ground and maritime platforms This integration involves communications systems, radar, countermeasures, engine control, or any other electronic device needed on the particular end item. 5. Ground and Maritime Platform Repair, Modification & Support: This includes the ability to repair, modify, fabricate, and support ground and maritime platforms and their associated systems. The capability to initially field equipment; to provide training; to provide technical advice and assistance for serviced equipment and associated end items to Government maintenance and operations personnel; to manage maintenance; to track performance and monitor sustainment requirements; to operate float stock and spares; to oversee configuration management; to prepare parts lists, special tool lists, maintenance allocation charts, maintenance work requirements, manuals, guides, and other required documentation; and to conduct repair and return functions, is also available. 6. Manufacturing & Production: PEO SOFSA in-house and deployable fabrication and production capabilities provide the support activity with the ability to meet rapidly changing schedules and customer requirements by minimizing potential delays from outsourcing production needs of fabricating parts, components, and assemblies for various supply classes. This includes the ability to fabricate and repair composite structures, high-hardness ballistic steel, and ceramic armor; to sew and repair fabric, including ballistic materials; and to manufacture or modify equipment and systems from both contractor-generated and Government-provided technical data and to manufacture prototypes. 7. Logistics Support Teams: Critical needs are supported with the ability to provide "SOFSA Forward Support" teams for deployment to CONUS and OCONUS locations. Temporary or Enduring teams or individuals with specific skillsets and capabilities are available to support and/or augment SOF units worldwide, providing force multiplier and increased end strength to successfully meet the mission. Key functions of a Joint SOFSA Support team include 1.) SOF peculiar maintenance and support 2.) Barebase and LogCap Support 3.) Logistical Supply Support 4. Expeditionary and Rapid Response. Teams may also scaled or modified to meet the SOF users unique logistical support requirements for the operational mission(s). 8. Life Cycle Sustainment Management (LCSM) Services: LCSM services are required to ensure cradle-to-grave management of SOF assets and includes fundamentals such as supply operations, transportation activities, maintenance, disposal, reliability, maintainability, training, sustainability improvements, technology insertion opportunities, technical data management, and modification management. Training operations conducted at SOF or SOF-related training centers are included in LCSM. Non-SOF training operations may be approved by the PCO. 9. Logistics Automation Integration Services: The goal is to become USSOCOM's principal data warehouse, to provide quality real-time information to the war fighter and the Commander. Current areas of focus include Wireless Environment using AIT, Enterprise Decision Support System (EDSS), Unique Identification (UID), Total Asset Visibility (TAV), Contractor-Inventory Control Point (C-ICP), SOF Sustainment Asset Visibility and Information Exchange (SSAVIE), and the SOF Logistics Data Warehouse (SLDW). In order to enhance sustainment support to the SOF community, strategic development of an integrated framework for these logistics automation integration tools is vital. 10. Minor Construction: PEO SOFSA supports minor construction and renovation efforts to improve safety, security, operational effectiveness and quality-of life for PEO SOFSA and or our customer base. This activity is limited to DoD funding limits and thresholds established for minor construction. PEO SOFSA ENTERPRISE MANAGEMENT: The PEO SOFSA Enterprise consists of functions normally associated with running a depot-like operation and with overarching responsibilities affiliated with providing quality management of a Government-Owned Contractor-Operated (GOCO) like operation in a cost-efficient manner. To include as a minimum the following functional areas of responsibility: 1. LOGISTICS - PEO SOFSA is dedicated to providing cost effective global Logistics support to USSOCOM and the SOF Warfighters. The logistics functions we provide are storage, distribution, disposition and disposal. Property is stored in 13 warehouses with a total footprint over 1 million sq. ft. spread across 3 geographically separate locations. We store a wide range of commodities ranging from manufacturing supplies such as hardware to major end items like military vehicles, including sensitive and classified items. In FY 2014 we managed 48K line items with approximately 4M units of property while processing about 91K issues, 14K shipments and 44K receipts. 2. FACILITY MANAGEMENT - The contractor shall manage and maintain all PEO SOFSA facilities (interior only), infrastructure and equipment to ensure their continuous availability for the PEO SOFSA mission. This includes the maintenance and management of all onsite facilities on Bluegrass Station and all offsite facilities required by mission needs. The current PEO SOFSA can be seen below by geographic location. The Contractor shall identify and complete required facility upgrades and infrastructure improvements, ensure effective space utilization of all facilities and meet energy conservation requirements. In addition the Contractor shall be responsible for identifying new facility and equipment requirements and planning for their acquisition, sustainment, and disposal. PEO SOFSA FACILITIES: Four (4) locations with over 2.2 million total square feet summarized as follows: BLUEGRASS STATION (BGS)-AVON, KY • Approximately 2.1 million Sq. Ft. (Rack storage, Floor storage, Industrial Operations, Admin, Lot storage, Supply Chain) • PEO SOFSA funds for and leases space from the state of Kentucky FORT WALTON BEACH (FWB)-FLORIDA • Approximately 27K Sq. Ft. (Enterprise Supply Chain, Admin, Industrial Operations) • Commercial property funded by and leased by PEO SOFSA BLUEGRASS ARMY DEPOT (BGAD)-RICHMOND, KY • Approximately 91K Sq. Ft. (Industrial Operations, Floor Storage, Admin, Supply Chain) • Space provided by BGAD via Inter Service Support Agreement. FAYETTEVILLE-NORTH CAROLINA • Approximately 6K Sq. Ft. (Admin). NOTE: Other CONUS/OCONUS facilities are obtained as mission operations dictate. 3. INFORMATION TECHNOLOGY - The PEO SOFSA computer network is a DOD NIPRNet (.mil) connected enclave. The network is an Enterprise Architecture designed to satisfy the requirements of Logistics Support Services and Business Operations in support of the Global SOF Logistics and Sustainment Enterprise. The system consists of 20 core Enterprise Applications supporting approximately 2500 users at 4 physical locations. All Management Information Systems activities are conducted in accordance with DOD policies and Industry Best Practices for acquisition, design, integration, support and accreditation (REF DoDI 8500.01-March 2014 & DoDI 8510.01-March 2014). 4. SECURITY - PEO SOFSA security requirements consist of the protection of classified material (NISPOM) that includes approximately 3,000 COMSEC/CCI assets. Secure the PEO SOFSA Restricted Area that takes up 82 acres with a 10K foot fence line. Protect AA&E IAW DOD 5100.76M for various small arms. Operate the Visitor Control Center & RAPIDS Station managing 2,000 security badges, process 125 Common Access Cards and 250 visitor requests a month. Finally the contractor will manage the PEO SOFSA's SCI, Antiterrorism program to include annual exercises and OPSEC Program IAW DOD 5205.02. 5. SAFETY - The contractor shall manage environmental, safety, and health, (ESH), compliance for contract employees and operations at Bluegrass Station (BGS), Blue Grass Army Depot (BGAD), Hurlburt Field, FL., Eglin AFB, FL., and other off-site locations. Contractor ESH is also responsible for emission and waste data collection, reporting, and operations that comply with federal and state Air/Water/Waste permit limits for a Government Owned/Contractor Operated, (GOCO), "like" facility.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOFSA/H9225415ROSGS/listing.html)
- Record
- SN03668784-W 20150318/150316234814-9fa9c3b7ff6818a4e1c021b8c734acab (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 |