Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 02, 2018 FBO #6188
MODIFICATION

R -- CASCOM Sustainment Center of Excellence

Notice Date
10/31/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
PANMCC-19-0000-000048
 
Archive Date
11/17/2018
 
Point of Contact
Alan Wilken, Phone: 7575018138
 
E-Mail Address
alan.g.wilken.civ@mail.mil
(alan.g.wilken.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought announcement seeking only Small Business responses in order to determine Small Business Participation in this acquisition. As described below, the Mission and Installation Contracting Command (MICC)-Fort Eustis intends to procure services to support the US Army Combined Arms Support Command (CASCOM) operations located mainly at Fort Lee, Virginia. The mission of the US CASCOM Sustainment Center of Excellence (SCoE) is to train, educate, and grow adaptive sustainment professionals; develop and integrate innovative Army and Joint sustainment capabilities, concepts, and doctrine to enable Unified Land Operations. CASCOM requires contractor knowledge, expertise, and support services for Concepts, Doctrine, Force Development, Materiel Systems and Modeling, and Simulations work that CASCOM is not resourced to perform in-house. The contractor shall perform the following: assist in developing, writing, experimenting, assessing, integrating, staffing, and documenting sustainment visions, concepts, and Capabilities Based Analysis (CBAs) into appropriate Joint Capabilities Integration and Development System (JCIDS) products. The contractor shall develop Capstone, Operating, and Functional Concepts and follow-on Capabilities Based Analysis (CBA) products (Functional Area Analysis (FAA), Functional Needs Analysis (FNA), and Functional Solutions Analysis (FSA) and those product requirements necessary to support and/or completing the JCIDS process. The contractor will develop written products such as studies, white papers, and Concepts Of Operations (CONOPS) as well develop Initial Capabilities Document (ICD), Capabilities Development Document (CDD), Capabilities Production Document (CPD) and/or a DOTMLPF Integrated Capabilities Recommendation (DICR) as required. The contractor will support production and reconciliation of the Capabilities Needs Analysis (CAN) and Formation-based Assessments (CNA/FbA). In addition, the contractor will support the development of JCIDS products (and supporting documents) associated with Joint, Army Capabilities Integration Center (ARCIC), other Centers of Excellence (CoE) and other warfighting functions. Contractor will participate in and support experimentation, simulations, and analyses supporting the development of future Army forces. The contractor will support Integrated Capabilities Development Teams (ICDT) necessary for successful completion and delivery of JCIDS products and documents. The contractor will attend associated seminars, workshops, and conferences necessary to produce the full range of JCIDS products. The contractor shall assist by developing doctrine, primarily in support of the sustainment warfighting function. Doctrine reflects the fundamental principles that the Army uses to guide its actions in support of national objectives. Doctrine reflects the fundamental principles that the Army uses to guide its actions in support of national objectives. The contractor shall support the CASCOM Operational Architecture (OA) program by providing program management, research, modeling, technical analysis, and technical writing support. The work includes the development of OA products as described in the DOD architecture framework (DODAF), Version 1.5, dated 23 April 2007 and DODAF, Version 2.0, dated 28 May 2009 (as applicable). This also includes developing and maintaining the CASCOM OA database; coordinating and attending conferences and preparing minutes; planning, preparing, scheduling, and conducting OA workshops, and coordination of OA review activities; providing support to Concept Development and analysis via the architecture process; and providing architecture related products for use in doctrine and training product development. The designated NAICS code is 541330, Engineering Services, with a size standard of $15.0 million. Your response shall include the following information: a) Size and designation of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.) b) Number of Employees and the ability to ramp up within a 60-day phase-in performance. Also address meeting the requirement for personnel security clearances during this ramp up. c) Average revenue for the last three years. d) Resources to include your company's growth capabilities and established line of credit. e) Your company's capability to do this type of work including: communication of technical expertise, capability, and capacity including similar, relevant and recent (three years or less) performance. Capabilities must be presented in sufficient detail for the Government to determine your company possesses the necessary functional area expertise and experience to complete for this acquisition. Responses shall not exceed seven (7) pages (Arial, size 10 font; one inch margins). It is imperative that businesses responding to this sources sought notice articulate their capabilities clearly and adequately. This requirement requires written products, so please ensure your submissions have been checked for grammar, punctuation, and formatting. Responses that contain grammatical errors will be unfavorably evaluated. Industry input is also requested on the DRAFT Performance Work Statement (PWS) that is attached. Questions and/or feedback related to the PWS must be submitted as a separate document. Contractors are also required to respond to the industry questions attached. The responses shall not exceed three (3) pages (Arial, size 10 font, one inch margins). Please note a large part of this requirement will involve effective writing and error free. Responses that contain grammatical errors will be unfavorably evaluated. Responses will only be accepted via e-mail. Telephonic responses will not be honored. Please email your responses to MICC-Fort Eustis by 4:30 p.m. EST, Friday, 2 Nov 2018. Submissions may be sent to Alan Wilken at alan.g.wilken.civ@mail.mil. This is not a request for proposal. If a solicitation is issued, it will be announced at a later date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/399787c06d0f7699508b4b2dbe9dd142)
 
Place of Performance
Address: 2221 Adams Ave, Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN05139741-W 20181102/181031230758-399787c06d0f7699508b4b2dbe9dd142 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.