Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOURCES SOUGHT

R -- Force Development Directorate - Technical, Analytical and Financial Services - Sources Sought SOW

Notice Date
4/26/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-17-R-0030
 
Archive Date
5/27/2017
 
Point of Contact
John Harvey, Phone: 4103062744
 
E-Mail Address
john.a.harvey1.civ@mail.mil
(john.a.harvey1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Based Statement of Work For Force Development INTRODUCTION The U.S. Army Contracting Command - Aberdeen Proving Ground on behalf of the Office of the Deputy Chief of Staff G-8 (DCS) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement technical, financial, and operational analysis in support of Force Development (FD). The i ntention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE The work to be performed under this contract will be performed at Government facilities within the National Capital Region (NCR), Germany, Hawaii, North Carolina, and South Carolina. In the event of continuity of operations (COOP) during emergency or a pandemic situation, contractors identified as “Key Personnel” may be required to work at the G-8 alternate assigned Government work sites within the NCR. DISCLAIMER “THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “ REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.” PROGRAM BACKGROUND The Force Development (FD) Directorate’s overall responsibility is to provide fully equipped forces, in a fiscally constrained environment, that meet of the Army Force requirements outlined in the Army Campaign Plan (ACP). Essential to this mission is the FD’s role in supporting the DCS G-8 as the principal Army Staff advisory to the Chief of Staff of the Army (CSA) on all material requirements and the prioritization, integration and programming of Army and Joint material capabilities to include translating Army materiel requirements into programs that are synchronized across the domains of Doctrine, Organization, Training, Materiel, Leadership and Education, Personnel, and Facilities (DOTMLPF); coordinating Army efforts with the Joint Requirements Oversight Council (JROC) and Army Requirements Oversight Council (AROC); validating, approving, and prioritizing Army materiel capabilities; and ensuring the integration of materiel capabilities across missions and functional areas. As part of the Planning, Programming, Budgeting, and Execution (PPBE) process, the FD builds the materiel portion of Program Objective Memorandum (POM). The contractor shall perform a broad range of technical, financial, and operational analysis in support of the Department of the Army. Contract support shall include recommendations relating to the overall force development of the Army. The contractor shall be required to provide subject matter expertise for an Army system, however, at no time will the contractor serve as the lead for an Army system designated as ACAT 1 (to include variations such as ACAT 1A, 1AC, 1AM or 1D) without approval of the Contracting Officer’s Representative (COR). Government maintains control and oversight of all programs. Contractors are not directing Government personnel at any time during the performance of this contract REQUIRED CAPABILITIES The C ontractor shall provide services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Statement of Work (PBSOW ) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: · Personnel and Facility Security Clearances. The contractor shall comply with all appropriate Government security directives and regulation when performing work in support of this contract. The highest security classification of work to be performed under this execution plan is Top Secret/Sensitive Compartmented Information (TS/SCI). Contractor personnel performing work under this contract must have a Secret (S) or Top Secret (TS) clearance or be able to obtain and must maintain the level of security required for the life of the contract. The security requirements are in accordance with the attached DD254. · The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed as Government Furnished Property (GFP) in this PWS. ELIGIBILITY The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $15,000,000. The Product Service Code is R699. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION & SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than fifteen (15) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST, 12 May 2017. All responses under this Sources Sought Notice must be e-mailed to Contract Specialist, John Harvey at john.a.harvey1.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 9.) Is the vendor aware of any General Services Administration (GSA) Schedules or Government-wide Acquisition Contracts (GWACs) that could satisfy this requirement? The estimated period of performance consists of one (1) 12-month base period with two (2) option years with performance commencing in September 2017. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Time and Material. The Level of Effort for one (1) year is estimated at 130,660 man-hours per year. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, John Harvey, in either Microsoft Word or Portable Document Format (PDF), via email john.a.harvey1.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ac6a0ab14b7b8cef35e926f6f36328fb)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D, 4310 Boothby Hill Road, Aberdeen Proving Ground, Maryland, 21005-3013, United States
Zip Code: 21005-3013
 
Record
SN04486362-W 20170428/170426235347-ac6a0ab14b7b8cef35e926f6f36328fb (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  © 1994-2020, Loren Data Corp.