SOURCES SOUGHT
R -- PM SL Contract Advisory and Assistance Services
- Notice Date
- 7/7/2022 8:13:30 AM
- Notice Type
- Sources Sought
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-22-X-0PLA
- Response Due
- 7/22/2022 2:00:00 PM
- Point of Contact
- Karlsun Allen, Polia Quiles
- E-Mail Address
-
karlsun.allen.civ@army.mil, polia.m.quiles.civ@army.mil
(karlsun.allen.civ@army.mil, polia.m.quiles.civ@army.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- The U.S. Army, Army Contracting Command-New Jersey at Picatinny Arsenal, NJ 07806-5000 on behalf of Project Manager Soldier Lethality (PMSL) plans to award one non-commercial, sole source, cost plus fixed fee contract with options for Contract Advisory and Assistance Services (CAAS). The award will be limited to an to an 8(a) participant owned by an Alaska Native Corporation, Indian Tribe, Native Hawaiian Organization, or Community Development Corporation. The period of performance is five years with a total contract estimated value of $49M. The following support services with backgrounds in Government acquisition processes AND procurements of small/medium arms, enablers, and remote weapon stations include, but not limited to: Operations: Experience in providing operational support to organization. Support includes providing graphics, illustrations, management reporting, management overview, video/tele-conferencing support, web design, and information technology support. Support includes developing and preparing presentations, briefing material, promotional materials (i.e. brochures, handouts, trifold project information sheets, plaques, displays, videos, and posters), and other documentation/media as required to support briefings, program reviews, and demonstrations. Support includes maintaining workforce reports (Military, Civilian, Matrix, and Contractors) to track, execute, and support the organization�s mission. Experience includes recommending requirements to operate, maintain, support and provide training for the organization; updating and maintaining human resource databases; assisting in daily tracking of the workforce; proper accountability and recording of time and attendance; and working in Government systems for training, attendance, and reporting for the workforce. Experience in supporting managers and leaders in the daily operations of running a successful organization. Support may include creating short/long range operational schedules; scheduling appointments and meetings; coordinating all aspects of CONUS and OCONUS travel arrangements; preparing material for meetings; assisting in communications (emails, phones, letters, video, etc.); creating and maintaining office records, reports and other publications in digital and hardcopy formats; and ensuring the workforce has the appropriate supplies and resources to be successful. Finance and Acquisition: Experience in Government cost analysis techniques, regulations, documentation, knowledge, and experience in all lifecycle estimates of cost. Experience in earned value management including cost analysis, integrated master schedules, economic order quantities, cost as an independent variable analysis, total ownership cost, lifecycle cost analysis, budget formulation, business case analysis, schedule and cost performance analysis, critical path methodology, and generation of Government critical and/or major milestones. Experience in General Fund Enterprise Business System (GFEBS), sub-systems utilizing GFEBS, and other Government financial systems. Experience in development and maintenance of program office estimates, and performing what if scenarios using Automated Cost Estimating Integrated Tools (ACEIT) applications. Support includes successful programming, planning, budgeting, execution, and accurate detailed reporting of all financial resources. Support includes planning, initiating, coordinating, executing, monitoring, close out, and reporting of resource management activities. Support includes financial analysis in day-to-day business transactions; planning, directing, monitoring, and organizing monetary resources of an organization; preparing budget baselines, program obligation plans, expenditure phasing plans, budget exhibits, budget tracks, execution plans, cost benefit analysis, business case analysis, independent cost analysis, cost models and other funding documents; responsibility for the development, status, maintenance, and evolution of all lifecycle estimates; identifying program cost, schedule, performance, or quality issues with recommended solutions; and participating in Congressional briefs, midyear execution reviews, quarterly program reviews, spend plan briefs, program budget briefs, program objective memorandum briefs, and other financial reviews. Experience in Federal Acquisition Regulations (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), Army Federal Acquisition Regulation Supplement (AFARS), Other Transaction Agreements (OTAs), U.S.C 2373 Agreements, and Adaptive Acquisition Framework (AAF) pathways in developing plans and strategies for programs. Experience in writing acquisition plans, acquisition strategies, justification and approvals, evaluation plans, and other procurement documents in developing procurement packages. Education and Training: Experience developing training material and instruction to students. Students may include foreign and domestic soldiers and personnel. Education and training may include new equipment, legacy equipment, tactics, techniques and procedures, systems, overhaul, repairs, installation, operation, maintenance, processes, and procedures. Training material may include manuals, electronic manuals, and simulators. Locations may be CONUS or OCONUS. Engineering: Experience in providing quality, system, human system integration, material, mechatronics, electrical, mechanical, and software engineering services for highly challenging projects/programs. Experience in acquisition life-cycle of small/medium caliber weapons, weapon enablers, and remote weapon systems. Experience of system integration engineering concepts and principles; thorough familiarity with the principles; practices and methodologies of life-cycle engineering and acquisition; planning, preparing, and reviewing comprehensive program plans (cost, technical performance, deliverables, schedules, risk, etc.) for the execution of projects; and negotiating and resolving technical issues for the organization. Experience in consulting, investigating, evaluating, planning, designing, and applying engineering principles for technology development, integration, test, production, and fielding efforts. Support includes developing information papers, briefings, reports, and other presentation materials to summarize and/or defend progress, accomplishments, and risk areas; analyzing project and contract requirements, regulations, policies, reports, agreements, etc.; reviewing and evaluating technical data packages; preparing engineering/project documents and procurement packages; evaluating integrated plans, programs, and time-phased schedules to recommend, coordinate, and monitor engineering efforts; and developing, executing, and supporting tests. Logistics: Experience in logistics engineering analyses to include early supportability analyses, level of repair analyses and life cycle cost analyses in accordance with military standards. Experience in managing the flow of resources between points of origin and destination to meet organizations� requirements; providing program acquisition logistics recommendations, program coordination and guidance; leading logistics meetings; and acquisition life-cycle of small/medium caliber weapons, weapon enablers, and remote weapon systems. Support includes all acquisition logistics activities, small/medium arms provisioning, technical manual development, coordinating new equipment training, coordinating total package fielding, asset tracking, product support integration, coordinating unique identifiers, and warehouse inventory management (logistics, shipping, and receiving). Support includes providing research, analyses, reviews, recommendations, comments, and preparing original acquisition documents. Program Management: Experience with management, engineering, and logistical support for programs in development, production, and sustainment, working with production facilities and Government operations. Experience in overseeing, monitoring, staffing, updating, and executing programs, including milestone charts, program documents, and milestone decisions. Experience in performing control functions such as cost, schedule, performance, and monitoring/tracking of program assets. Experience working and coordinating with Government employees, contractor personnel, customers, and other Government agencies in performance of a task or to achieve a desired outcome. Support consists of high level, insightful service with minimal oversight consistent with senior level staff and personnel; interpreting, evaluating, formulating, implementing, and managing policies, procedures, programs, and processes to enhance overall operations, management, infrastructure, and facilities; creating, reviewing, staffing, evaluating, and posting into tracking systems of all forms of acquisition documents (i.e. acquisition strategy report, acquisition program baseline, type classification recommendations, acquisition decision memorandums, acquisition plans, test and evaluation master plans, etc.); planning, preparing, scheduling, coordinating, and supporting briefings and documenting the outcomes; and leading, facilitating, and strategically planning, implementation, coordination, and integration of assigned efforts and projects. Other Contract Requirements: The primary duty locations are Picatinny Arsenal, NJ and Fort Belvoir, VA but may also include other locations as necessary. CONUS and OCONUS travel may be required as needed to support operations. Some duties may require a SECRET clearance. Other required services may be negotiated as needed. An approved cost accounting system is required. The contract Performance Work Statement will be negotiated with selected Offeror. SUBMISSION INFORMATION: Eligible 8(a)s Offerors who believe they are capable of providing PMSL support services are invited to indicate their interest by providing the Government a brief summary (less than five pages) of their company�s capabilities, personnel, and prior experience. Offerors should include any previous Government contracts including the contract number, period of performance, Government point of contact for the contract, and a brief summary of the work provided under the contract. Please identify the subject of your response as, �Contract Advisory and Assistance Services�. Submissions should be received within 15 days from this posting (22 July, 2022) and sent to karlsun.allen.civ@army.mil. Based on the responses received, the Government may schedule one-on-one meetings with the Offerors to further understand the Offeror�s capabilities and benefits to the Government. The one-on-one meetings are also the Offerors opportunity to better understand the Government requirements and expectations. The one-on-one may be in person or virtual subject to Government approval. The Government will notify Offerors of their scheduled date/time and will try to accommodate upon request. An agenda and topics for discussion including pricing will be provided by the Government. Based on the Offeror�s submitted information, one-on-one meetings, and any other information received, the Government plans to make one sole source 8(a) award for PMSL�s support services.� No further solicitations, meetings, or discussions are planned; therefore, Offeror�s should provide upfront, their most favorable terms and conditions.� However, the Government reserves the right to seek additional information from Offerors. DISCLAIMER:� This synopsis / solicitation shall not be construed as an obligation on the part of the U.S. Government. The U.S. Government will not pay for information solicited. Any hardcopy information provided will not be returned.� All costs including any travel costs are the Offeror�s responsibility. NO TELEPHONE INQUIRES WILL BE ACCEPTED. The Government will accept written questions by email. All data received in response to this synopsis / solicitation notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6d0d6f0fcc8a4ceb9f3d5cbea90372e7/view)
- Place of Performance
- Address: Picatinny Arsenal, NJ 07806-5000, USA
- Zip Code: 07806-5000
- Country: USA
- Zip Code: 07806-5000
- Record
- SN06381867-F 20220709/220707230107 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |