SOURCES SOUGHT
B -- RFI - USARC Command and Control Analysis
- Notice Date
- 7/29/2022 11:27:10 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- W47A US ARMY RESERVE COMMAND FORT BRAGG NC 28310-0000 USA
- ZIP Code
- 28310-0000
- Solicitation Number
- USARC-23-022
- Response Due
- 8/18/2022 12:00:00 PM
- Point of Contact
- Ms. Vickie Grant
- E-Mail Address
-
vickie.l.grant.civ@army.mil
(vickie.l.grant.civ@army.mil)
- Description
- This is a request for information is issued for market research purposes only. This notice does not constitute a commitment by the U.S. Army Reserve Command (USARC) to award a contract. The intent of this RFI is to seek responses from industry with specialized capabilities to meet all the requirements defined in the attached draft performance work statement (PWS) with the intent of assessing the extent to which expertise and competition exists in the marketplace.� Background: �The Chief of Army Reserve (CAR) is the advisor to the Chief of Staff of the Army (CSA) on Army Reserve matters and the Commanding General, U.S. Army Reserve Command (CG, USARC), a major subordinate command of the U.S. Forces Command (FORSCOM). Headquarters, USARC currently has 29 Direct Reporting Units (DRUs) and executes administrative control for over 180,000 Soldiers and assigned to over 2,100 units geographically dispersed across the world. This span-of-control ratio is significantly larger than other FORSCOM Three-Star commands and challenges USARC�s ability to generate readiness and synchronize modernization. Additional factors compounding the challenge are DRU and subordinate full-time staff (FTS) limitations, Troop Program Unit (TPU) service member (SM) time constraints and Large-Scale Mobilization Operations (LSMO) planning factors in the event of a contingency. USARC must be optimally organized and positioned to support day-to-day force generation requirements, Army of 2030 modernization plans and LSMO when needed. Scope: �The Contractor shall provide research and analytical services to fulfill USARC�s goal of creating an optimal organizational structure that reduces the span-of-control challenges, supports modernization and readiness efforts, and mitigates staff overmatch. The Contractor shall accomplish a C2 analysis of all USARC DRUs, examine USARC Headquarters General Officer (GO) and Senior Executive Service (SES) span-of-control tasks, functions, challenges, and gaps.� USARC is seeking sources for the proposed C2 Analysis for the following: 1. Provide an analysis of USARC and DRUs organizational structure. 2. Provide an analysis of CAR and CG, USARC Title 10 responsibilities.� 3. Provide a proposed USARC and DRUs organizational structure and supporting relationships comparable to other FORSCOM Three-Star commands. The analysis shall be detailed to provide the following, but not limited to: a. Develop a proposed new USARC and DRUs organizational structure b. Identify DRUs for consolidation. c. Identify DRUs for deactivation. 4. Provide a post-analysis recommendation report and briefing to the CAR/CG, USARC and Army Reserve Senior Leaders (ARSLs). NOTE: �The C2 Analysis shall not go below Brigade-level for research and analysis.� North American Industry Classification System (NAICS) 541611, Administrative Management and General Management Consulting Services and Product Service Code (PSC), B541 � Special Studies/Analysis � Defense are selected for this requirement. � Large and Small businesses capable of providing the services described in this RFI and that are interested in providing evidence of having the knowledge, expertise and abilities to support the C2 Analysis as described in this RFI should provide a detailed capability statement to the information and questions indicated below:� 1. Company name, address and contact information: 2. Indicate the size status and representations of your business such as a Large Business, Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VSOB), HubZone, Women Owned Small Business (WOSB), SBA Certified 8(A) firms, etc.� 3. Provide Representations IAW Federal Acquisition Regulation (FAR) provisions 52.204-24 and 52.204-26. The Representation must state that potential offerors do not provide covered telecommunications equipment or services as outlined in Section 889 of the FY19 National Defense Authorization.� 4. List all relevant contracts where your firm is listed. If your firm would like to provide another NAICS that might be suited to projects like this may list it, in response to the RFI with an explanation for the proposed substitution.� 5. Submit detailed evidence of having the capability to support the successful execution of Army or DoD research and analysis or studies of efforts related to this RFI in the past five (5) years. Examples provided should demonstrate experience and capacity with the skills and abilities listed in this RFI. 6. Provide no less than three (3), but no more than five (5), past performance references that describe the type of contract, the work performed under the contract, the value of the contract, current point of contact name, including email addresses and telephone number.� 7. Business Unique Entity ID number and Commercial and Government Entity (CAGE) code. 8. Provide evidence of expertise related to the Force Management Model, including Total Army Analysis, Rules of Allocation, and TDA/MTOE structure. 9. Provide experience utilizing DOTMLPF-P as an analysis framework in terms of evaluating organizational capabilities. 10. Provide a summary which demonstrates knowledge of Title 10 USC and General Order 2020-1. 11. Provide experience utilizing the capabilities development process and the identification of capability gaps in terms of C2. 12. Provide existing knowledge of the Army�s three components and their respective responsibilities and capabilities. 13. Provide experience and methodology in the delivery of executive presentations to senior leaders within the DoD. �Disclaimer and Important Notes:��This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. �Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the company�s qualifications to perform the work. �Respondents are advised that the Government is under no obligation to provide feedback to respondents with respect to any information submitted.� Submissions received in response to this RFI�must not exceed 10 pages in length. �Please submit your RFI Capability Packages to Ms. Vickie Grant at vickie.l.grant.civ@army.mil no later than 3:00 pm Eastern Daylight Time (EDT) on�18 August 2022. �Telephone calls will not be accepted.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e29a1171149840a397f977e3e2e1986b/view)
- Place of Performance
- Address: Fort Bragg, NC 28310, USA
- Zip Code: 28310
- Country: USA
- Zip Code: 28310
- Record
- SN06408080-F 20220731/220729230120 (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 |