SOURCES SOUGHT
R -- Sources Sought for Theater Special Operations and Expeditionary Warfare Customer Support
- Notice Date
- 5/21/2015
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - RTP, PO BOX 12211, RESEARCH TRIANGLE PARK, North Carolina, 27709-2211, United States
- ZIP Code
- 27709-2211
- Solicitation Number
- W911NF-15-R-0018
- Archive Date
- 6/23/2015
- Point of Contact
- Andrew Ulrich, Phone: 9195415409, Lisa Gregory, Phone: 9195411001
- E-Mail Address
-
andrew.j.ulrich4.civ@mail.mil, lisa.m.gregory20.civ@mail.mil
(andrew.j.ulrich4.civ@mail.mil, lisa.m.gregory20.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A SOLICITATION NOR REQUEST FOR PROPOSAL AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. NO BASIS FOR CLAIMS SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT NOTICE OR THE USE OF SUCH INFORMATION AS EITHER PART OF THE EVALUATION PROCESS OR IN DEVELOPING SPECIFICATIONS FOR ANY SUBSEQUENT REQUIREMENT.THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AND NO REQUESTS FOR EXTENSIONS WILL BE GRANTED. Army Contracting Command - Aberdeen Proving Ground - Research Triangle Park Division (ACC-APG-RTP) is conducting market research to determine the extent of sources capable of performing as a prime contractor under a Multiple Award Indefinite Delivery/Indefinite Quantity (MAC IDIQ) Contract. This is a new requirement, no procurement history exists. The Government may use responses from this sources sought to make an acquisition decision about soliciting a requirement. The purpose of this sources sought notice is to determine industry interest, capability, and relevant experience of potential qualified businesses relative to identifying, assessing and integrating technologies that operationally enable the transformation of the Army into a more versatile, agile, survivable, lethal, deployable, and sustainable force. The contractor should have the capacity to conduct necessary activities to apply advanced and emerging technologies to the following specific areas of interest: Provide organizational, administrative and technical support and equipment, as tasked, for Combatant Commands (COCOMs), Theater Special Operations Commands (TSOCs) and other headquarters or command and control elements that are engaged in small unit operations, expeditionary warfare, or special operations. This support shall principally be assigned to the following areas: Intelligence, Operations, Logistics, Planning, Communications and Training. SPECIAL NOTE: This requirement may provide support, advice and/or recommendations to HQs and Command Organizational levels to achieve effectiveness or economy in operations. Pursuant to FAR Part 9.502, work performed in support of this requirement may render contractors ineligible from competing on requirements involving future acquisitions such as prototype work or requirements that may be construed to bias a contractor's judgment and provide an unfair competitive advantage. Supported Elements - General Requirements. COCOMs, with their national and international partners, promote cooperation among nations, respond to crises, deter or defeat state and non-state aggression, and support development and/or reconstruction in order to establish the conditions for regional security, stability and prosperity. TSOCs, established as sub-unified commands of the COCOMs, are the geographic commander's sources of expertise in all areas of special operations, providing the CINCs with a separate element to plan and control the employment of joint Special Operations Forces (SOF) in military operations. Theater SOCs provide the planning, preparation, and command and control of SOF from the Army, Navy, and Air Force and ensure that SOF strategic capabilities are fully employed and that SOF are fully synchronized with conventional military operations. These special operations may include General Purpose Forces (GPF) under operational control (OPCON) to a SOC. Other headquarters or sub-headquarters units may also be supported as tasked. These include, but are not restricted to Task Force Deployments and Crisis Response Elements. SPECIFIC TASKS: The contractor shall demonstrate particular competence and capabilities in providing necessary support to operational headquarters with expeditionary warfare and/or special operations responsibilities, and with transition of advanced technology prototypes and quick reaction equipping through these operational headquarters and/or elements. The Program Manager (PM) shall have a Top Secret - Sensitive Compartmented Information (SCI) clearance or other clearance based on a background investigation that supports at least that level of access, e.g., TS/SBI. Support Rapid Response Operational Insertion and Integration of CERDEC/NVESD Technologies. The contractor shall provide technical capabilities that support ISR architecture, C4 network architecture, logistics and sustainment, training, assessments, mission support, force protection, de-mining, and other humanitarian assistance. COCOM technology interests are influenced by the size, diversity and special needs of their Theater. Associated challenges include communications, logistics and the inherent difficulties and complexities of understanding the socio-cultural environment. The challenges and opportunities of collaborative, interagency partnerships, particularly with respect to information sharing and building partner capacity, are also important to COCOM capabilities and will be supported by this contract. Provide Headquarters or Command and Control Element Staff Support. Provide technical support to the Staff or Joint Staff sections of the Headquarters as described in this section. General Security Support and Administration: Provide technical support to the Night Vision Electro-optic Sensors Directorate. This includes support at CERDEC or NVESD locations to enhance the transition of technology to the expeditionary or special operations warfighter. Intelligence Support : Provide technical support related to collecting and analyzing intelligence information, and managing geographical information systems and data. Operations Support - Provide technical support related to planning and coordinating operations, and those necessary to enable the headquarters to accomplish assigned missions. This includes support to sustaining the unit's operations, planning future operations, and planning and executing necessary training on behalf of the headquarters. Logistics Support - Provide technical support related to design, development, acquisition, storage, distribution, maintenance, evacuation, and disposition of materiel on behalf of the headquarters Plans Support - Provide technical support related to civil military operations (CMO) strategy planning, partnership building, and identifying future technology needs. This will include support to identifying, justifying, distributing and reporting on resources. Communications Support - Provide technical support related to communications including the issue of communications instructions and protocol during operations as well as for communications troubleshooting, issue, and preventative maintenance. Contractor shall have facilities and personnel to handle classification up to and including Top Secret per DOD 5220.22-M (National Industrial Security Program Operating Manual (NISPOM). The government intends to issue a multiple award IDIQ with a ceiling of $49,000,000.00 but reserves the right to adjust based on the requirement and the available funding. In addition to addressing technical capabilities, responses should include the following: 1) Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HubZone). Large businesses are permitted to respond to this sources sought notice. 2) Average annual revenue for the past 3 years and number of employees. 3) Number of years in business. 4) Affiliate information. 5) Parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors(if potential prime). 6) Prior/current experience performing efforts of similar size and scope within the last three (3) years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. 7) The government intends on using information gathered from this sources sought and other market research to ascertain whether a full or partial Small Business (SB) set-aside is appropriate and/OR what sub categories of SB set-aside might be appropriate. Please provide relevant comments and concerns. 8) Small Business set-asides will be subject to 52.219-14 Limitations on Subcontracting, If you have relevant past performance similar in size and scope or you are interested in becoming a prime vendor please provide information related to the ability to perform with this limitation. Examples might include. Company Background 1. Provide a brief profile of the company, its management team, the company's vision, awards / recognitions and the current financial status. 2. Provide a summary of the current client base, highlighting similar sized clients within the Federal Government sector and distinguishing factors with competing organizations. 3. Identify at least one successful effort of similar size and complexity with the Federal Government. 4. Cite any new contributions your company has made to advance the state of the art in the above areas. Technical Effort 1. Describe the recommended approach to the type of support described. 2. Provide examples of successful participation in experimental support efforts, including any Federal Government efforts of comparable size and scope. 3. Identify the above areas your organization can satisfy 4. Cite any novel approaches your organization would apply in conducting in supporting the above areas. 9) Does your firm have existing lines of credit available or contract financing? 10) Does your company currently have or will have a TOP SECRET facility clearance? Please explain where, how certified, and with which agency and applicable contract number. 11) How do you intend to be in compliance with FAR 52.215-22 and FAR 52.215-23? 12) Primary risk areas and/or potential issues associated with an acquisition of this type. How do you propose to mitigate any risk(s)? 13) Please discuss approaches to completion and management of workload surge (i.e. numerous projects at different locations). 14) Provide a point of contact (address, phone number and e-mail address). 15) Although this is a sources sought notice are you interested in submitting a proposal for this requirement if a solicitation is issued? 16) Does your company have an accounting system approved by the Defense Contract Management Agency (DCMA)? Respondents are encouraged to carefully review the information requested above and ensure a complete response for thorough consideration. Respondents shall note that the Government will not return any information submitted in response to this notice. The page count limitation for responses to this sources sought announcement is 3 pages single spaced utilizing Arial 12 point font. The following shall be included in the page count: a. Graphics b. Tables c. Drawing d. Indexes e. Bill of Materials f. Technical and cost proposals The following documents will NOT be counted in the page limits. a. List of acronyms b. Title page c. Table of contents Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up if determined necessary.   Please e-mail your responses and any relevant information regarding specific performance or other qualifications regarding the services requested no later than 1600 hours Friday, 4 June 2015 to lisa.m.gregory20.civ@mail.mil and andrew.j.ulrich4.civ@mail.mil. EMAIL SHOULD BE ENTITLED quote mark SOURCES SOUGHT RESPONSE-YOUR FIRM NAME quote mark. Contracting Office Address: ACC-APG - RTP, ATTN: CCAP-SCR, Research Triangle Park Contracting Division, P.O. Box 12211, Research Triangle Park, NC 27709-2211 Point of Contact(s): Lisa Gregory 919-541-1001 or Andrew Ulrich, 919 541-5409
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/253430eb4e222788ae4b4d96928cbb05)
- Record
- SN03738891-W 20150523/150521235103-253430eb4e222788ae4b4d96928cbb05 (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 |