|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 13,1999 PSA#2409Department of Transportation, United States Coast Guard (USCG),
Contracting Office (fp), c/o USCG Research and Development Center, 1082
Shennecossett Rd, Groton, CT, 06340-6096 A -- ENGINEERING AND TECHNICAL SERVICES SUPPPORT SOL
Reference-Number-DTCG39-99-R-SOURCE DUE 090299 POC Gomes David,
Contracting Officer, Phone 860-441-2875, Fax 860-441-2888, Email
dgomes@rdc.uscg.mil -- Dinah Mulligan, Contracting Officer, Phone
860-441-2885, Fax 860-441-2888, Email dmulligan@rdc.uscg.mil WEB: Visit
this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=R&ProjID=Reference-Num
ber-DTCG39-99-R-SOURCE&LocID=101. E-MAIL: Gomes David,
dgomes@rdc.uscg.mil. THIS IS NOT A SYNOPSIS TO ADVERTISE A SOLICITATION
THAT IS READY FOR RELEASE, rather the purposes are (a) to determine
whether there are a sufficient number of responsible sources (SMALL
BUSINESSES) who can meet a forthcoming competitive requirement in the
areas of: 1) DECISION SUPPORT/MODELING/SIMULATION SYSTEMS, 2) TRAINING
SYSTEMS, 3) AUDIO/VISUAL PRODUCTS AND 4) BUSINESS PLANNING and (b) to
conduct market research. It is anticipated that a large CPFF, IDIQ
contract will be awarded in January 2001 with a five-year period of
performance. For the small business portion of the contract we expect
task orders will be awarded on a Firm Fixed Price basis. Portions of
that contract will be set-aside for small business in the above four
areas, if there are sufficient responsible sources who can perform the
required work. 1) The DECISION SUPPORT/MODELING/SIMULATION SYSTEMS
will include development of mathematical models, simulations, and other
decision support tools across all Coast Guard mission areas. Typesof
application may include mission analysis support, business process
re-engineering, system performance assessment, analysis of tactics and
doctrine and acquisition. This requirement may generate $400,000/year
in task orders. 2) TRAINING SYSTEMS R&D objectives are to enhance the
effectiveness of training and the resulting efficiency and safety of
workforce performance. Training System R&D will provide: a technical
basis for training and assessment-related regulatory decisions,
analyses and guidance to support planning to meet the increased skill
requirements for more sophisticated Coast Guard platforms, and
assistance in exploiting new training technologies and alternative
delivery systems. The scope of the work covers Training Systems
research, development, test, evaluation and analysis for use in all
Coast Guard mission areas. This requirement may generate $200,000/year
in task orders. 3) AUDIO/VISUAL PRODUCTS (Marketing, Visions,
Animations, etc.) The R&DC is in a continuous need of Audio/Visual
products to support its work. Marketing support relating to project and
product presentation, including but not limited to creation of
presentations, videos, and posters. General work includes audio/video
taping of meetings and presentations, creation of posters, fine tuning
existing Power Point and other presentations for maximum visual and
informational impact. This requirement may generate $100,000/year in
task orders. 4) BUSINESS PLANNING. The R&DC conducts its research and
development projects using a stage-gate process, which is a systematic
process for conducting a project from an idea to final operational
implementation. R.G. Cooper describes this process in the book Winning
at New Products (Addison-Wesley). Business planning plays an important
part in the initial phases of project selection and planning which
supports the stage-gate process by providing information for key
decisions by conducting market assessments, technical assessments,
financial and cost analysis, and final development of a business case.
Preliminary Investigation (Stage 1) is where the contractor would
conduct preliminary market assessment of the attractiveness and
customer acceptance for the proposed concept or idea, interview the
customer, and research Coast Guard operations to determine user needs
and wants; conduct preliminary technical assessment of the feasibility
of the concept and probable technical solution; assess implications in
implementation, and identify technical risks, issues and costs; conduct
preliminary financial analysis by determining the expected cost
consequences and risks of the project, and develop budget planning; and
develop a go/kill recommendation and plan of action for Stage 2. Under
Detailed Investigation (Stage 2), the contractor wouldconduct a user
needs-and-wants study by detailed marketing research techniques, such
as face-to-face interviews to determine values and benefits; define a
concept of the project deliverable from customer_s perspective; probe
customer_s needs, wants, preferences, and choice criteria; conduct
market analysis from previous studies; develop detailed financial
analysis to justify the project and deliverable, including multi-year
budget, net present value, and cost sensitivity; develop the business
case by integrating the results of the marketing, technical and
financial analysis into a project definition and justification, and
develop a project plan; test the conceptual business plan with the
customer using market research involving face-to-face interviews;
determine interest, preferences, and intent for operational
implementation; determine cost sensitivities; and develop
recommendation for project (Go/Kill) and detailed plan of action for
Stage 3. This requirement may generate $400,000 per year in task
orders. POTENTIAL OFFERORS SHALL PROVIDE THE FOLLOWING: 1. Company
history (limit 3 pages) 2. List/Write current work and past work (last
three years) performed by your firm that is relevant to the functional
areas you address. Include how your past and current efforts relate to
the functional area. Also include a point of contact, phone number and
dollar value for each relevant contract (limit of two pages per work
effort not to exceed five work efforts) 3. Show who and how you would
staff the functional areas. How does this relate to the functional
area? What is the team/staff structure you would use to accomplish the
work relating to the functional area? (limit 5 pages). If submitting
for more that one functional area, please address each separately. Due
to possible Conflict of Interest concerns, it is anticipated that the
functional area for Business Planning will be a stand-alone portion of
the contract, in that it cannot be combined with any other functional
area. The Standard Industrial Code for this procurement is 8711. All
responses are required by 2 SEP 99. Responses must be in writing.
Please identify whether you are a large or small business in your
response. NOTE: Actual proposals are not being solicited at this time
for the above requirements, and no contract will be awarded in response
to this "Sources Sought" and "Market Research Synopsis". Posted
08/11/99 (D-SN366241). (0223) Loren Data Corp. http://www.ld.com (SYN# 0008 19990813\A-0008.SOL)
A - Research and Development Index Page
|
|