Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2003 FBO #0737
SOLICITATION NOTICE

B -- Contractor support - Operational Concept Development and Experimentation

Notice Date
12/2/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, NATO, HQ Supreme Allied Commander, Atlantic, Purchasing & Contracting, Suite 100 7857 Blandy Rd., Norfolk, VA, 23511-2490
 
ZIP Code
23511-2490
 
Solicitation Number
Reference-Number-RFI01-04
 
Response Due
1/5/2004
 
Archive Date
1/6/2004
 
Point of Contact
Kevin Mills, Purchasing & Contracting Officer (Research & Development), Phone 757-445-3252, Fax 757-445-3525,
 
E-Mail Address
mills@act.nato.int
 
Description
REQUEST FOR INFORMATION 1-04 - CONTRACTOR SUPPORT: OPERATIONAL CONCEPT DEVELOPMENT AND EXPERIMENTATION 1.0 Description 1.1 Allied Command Transformation (ACT) is issuing this Request for Information (RFI) announcement on behalf of the Deputy Assistant Chief of Staff Joint Experimentation, Exercises, and Assessment (DACOS JEEA). 1.2 This Is A Request For Information (RFI) only. The intent is to only identify potential Vendors for on-site Contractor support in building an operational concept development and experimentation (CD&E) program for NATO. 1.3 This RFI DOES NOT constitute a current Request for Proposal (RFP) nor a promise to issue a future RFP. ACT is not seeking proposals at this time and will not accept unsolicited proposals prior to potential release of an RFP in late January 2004. Respondees are advised that NATO will not pay for any information or administrative costs incurred in responding to this RFI. All costs for responding to this RFI shall be borne solely by the responding Vendor. Not responding to this RFI does not preclude participation in any future RFP when issued. 1.4 Planning, Vendors should consider potential Contractor support to consist of 15-25 on-site personnel with short-term surge capability of 5-10 additional personnel for fiscal 2004. Contractor personnel may be further increased in fiscal 2005 and the out years. Expected specialties will include: project management, contracting support, information technology support, concept developers, experimenters, and operations research analysts. 1.5 Any future RFP that may be released shall be listed on the Federal Business Opportunities (FedBizOpps) website (http://www.fedbizopps.gov). Vendors are responsible for monitoring this site for additional information on this requirement. 2.0 Background 2.1 DACOS JEEA is seeking Contractor support to help design and conduct a credible NATO-wide CD&E program, and develop metrics to identify the program?s successes and deficiencies. The design and metrics must have sufficient detail to identify opportunities to improve warfighting capability, especially relating to the NATO Response Force (NRF). This RFI seeks responses that will be used in developing and issuing a proposed RFP for Contractor services by the end of January 2004. 2.2 The mission of ACT is to lead Alliance Transformation. Experimentation works with Concept Development to be the highly adaptive engine to accomplish this Transformation mission. Experimentation is the intellectual engine for the entire Transformation process. For a Transformation Command, experimentation equals the ammunition and fuel to the warfighter. No new concept nor capability should (or will) be moved into doctrine, interoperability work, training, capability packages, or force proposals until validated through credible experimentation. Experimentation controls the pace of Transformation. In the Transformation environment, the effectiveness of the entire process depends on delivering credible products. 2.3 ACT provides a common NATO setting for experimental activities. ACT expects to accomplish experimentation objectives in various ways including: building experimental venues in which future-looking concepts can be validated; using existing exercises in which mature concepts can be demonstrated by NATO agencies and nations; leveraging the efforts of others such as NATO nations, coalition partners, industry, business, and academia; and by being involved in training and innovation shown by operational commanders. 3.0 Requested Information 3.1 White Paper. Vendor companies and organizations are invited to provide a white paper, of no more than 15 pages, on their operational CD&E experiences; previous demonstrations of; and capabilities to design, develop, conduct, and assess capabilities to support an experimentation program. The white papers shall be due by 1600 hours on 5 Jan 2004. Information in the white papers will be considered in developing any potential final Statement of Work requirements. Proprietary information, if any, should be minimized and clearly marked as such. Please be advised that all submissions become NATO property and will not be returned. The white papers shall be in Microsoft Word for Office 2000-compatible format, and shall not contain classified information. The white papers shall address, at a minimum, the following concepts and methods to: ? Design a CD&E program. ? Conduct a CD&E program. ? Assess the validity, successes, and deficiencies of the program. 3.2 White Paper Addendum. The white paper shall include the following information in a separate attachment, which will not be included in the 15-page limitation. ? Company or organization name ? Complete mailing address ? Overnight delivery address (if different from mailing address) ? Phone number ? Fax number ? E-mail of designated point of contact 3.3 Presentation. Selected RFI Vendor responders may be asked to provide one-hour, on-site presentations based on their white papers to current ACT CD&E and Contracting personnel during the period 6-9 Jan 04 (or shortly thereafter). Vendors must be prepared to answer in-depth questions regarding their past experiences and visions of CD&E in NATO at that time. 4.0 Question and Answers Briefing 4.1 Vendors are invited to send up to three company representative to a Question and Answer (Q&A) Briefing on this RFI from 9 - 11 am, 18 Dec 03 at HQ SACT in Norfolk, VA. This Q&A Briefing will give background information on progress to date on the CD&E campaign, details of the short to mid-term campaign plan, and expectations of a future RFP. Participants also may ask questions about the white paper. Subject matter experts will be on hand to answer specific questions. This will be the only Q&A Briefing. The results of this Q&A will not be recorded nor made available to non-attendees. Vendors interested in attending this Q&A Briefing are asked to E-mail LT COL Wayne Buck at buck.act.nato.int by close of business on 16 Dec 03 (in doing so, please also copy to Mr Kevin Mills at mills@act.nato.int). The E-mail should include the following information at a minimum: Full names, titles, and contact info for personnel attending Company name Mailing address and phone number This E-mail should address only the information to attend the Q&A Briefing, not the white paper. Unless noted in the E-mail, it will be assumed that the participants have the required vehicle decals to access HQ SACT. Participants who do not have the needed decals should note such in the E-mail. They will be contacted directly to arrange for an off-site location to be escorted to HQ SACT. 4.2 Following the Q&A Briefing, questions about this RFI announcement and white paper shall be submitted by E-mail only to Mr Kevin Mills at mills@act.nato.int. Verbal questions will NOT be accepted except during the Q&A Briefing on 18 Dec 03. Accordingly, questions in an E-mail shall NOT contain proprietary and/or classified information. NATO does not guarantee that questions received after 29 Dec 03 will be answered. 5.0 Response Date White papers are due no later than 05 Jan 04 at 1600 hours EST. Responses shall be submitted via E-mail only (on company letterhead) to Mr Kevin Mills, Purchasing & Contracting Officer (Research & Development) at mills@act.nato.int. 6.0 Summary 6.1 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify potential Vendors to provide Contractor support in building an operational CD&E program for NATO. The information provided in this RFI is subject to change and is not binding on NATO. ACT has not made a commitment to procure any of the items described herein, and release of this RFI shall not be construed as such a commitment, nor as authorization to incur cost for which reimbursement will be required or sought. It is emphasized that this is a RFI, and not a RFP of any kind. All submissions become NATO property and will not be returned.
 
Place of Performance
Address: North Atlantic Treaty Organization, Supreme Allied Commander Transformation, Headquarters (HQ SACT), 7857 Blandy Road, Suite 100, Norfolk,
Zip Code: VA 23551
Country: USA
 
Record
SN00479784-W 20031204/031202212313 (fbodaily.com)
 
Source
FedBizOpps.gov 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.