Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
SOURCES SOUGHT

U -- SUPPORT FOR THE DEVELOPMENT AND INTEGRATION OF BATTLE COMMAND AND BATTLE STAFF TRAING PRODUCTS

Notice Date
3/24/2004
 
Notice Type
Sources Sought
 
NAICS
928110 — National Security
 
Contracting Office
ACA, NRCC, Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF4-04-Q-0010
 
Response Due
4/5/2004
 
Archive Date
6/4/2004
 
Point of Contact
ROBERT KNOPP, (913) 684-1897
 
E-Mail Address
Email your questions to ACA, NRCC, Fort Leavenworth
(KNOPPR@LEAVENWORTH.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
The Northern Region Contracting Center, Mission Support Division, Fort Leavenworth, KS, is seeking sources among GSA schedule contractors. The service requested is support to Combined Arms Center (CAC), Collective Training Directorate (CTD), CAC-T f or the development and integration of Battle Command and Battle Staff training products for institutions and units. The contractor shall support CTD development and production of Battle Command and Battle Staff Training Products: Mission Training Plans (M TPs), Drills, Training Support Packages (TSPs), Digital Techniques and Procedures Guides. The effort associated with this order focuses on digital training and support for Battle Command and Battle Staff collective training. This effort will require inte gration and synchronization across TRADOC, FORSCOM, all Army MACOMs, Joint Forces Command (JFCOM), and other joint, interagency, and multinational (JIM) related organizations; as described by eight tasks and two optional tasks (database and website support ) in the SOW. Period of performance is one year from the date of award with two one year optional periods, exercisable at the discretion of the Government. The first six weeks of the performance period will be a transition period from the current Fort Ho od operation and will be priced separately from the balance of the base year. Contractor personnel shall meet the following experience qualifications: Have a SECRET clearance; be proficient in Microsoft Office applications (Word, Excel, Power Point, and Outlook); Training Developers must possess a Military Education Level 4 (MEL-4) or higher for retired officers or Battle Staff NCO School with an additional skill identifier (ASI) 2S for retired NCOs; have experience as a Department of the Army Civilian, Military, or DOD contractor performing TRADOC training product development withi n the last 5 years; be knowledgeable of the Armys current Battle Command doctrine; be knowledgeable and have experience with currently fielded versions of Army Battle Command Systems (ABCS); possess a BS/BA or equivalent technical education and a minimum of fifteen years of active duty service; and be trained and have a working knowledge and experience with the Army Automated Systems Approach to Training (ASAT) and the Systems Approach to Training (SAT) process. Contractor personnel should have experience in the following areas: Managing Army Fielding issues; TADSS requirements documentation; Development of Simulation Exercises; Army Leader Development; Distance learning (DL) and DL development; Program of instruc tion (POI) and lesson plan development; Doctrine, training, and combat development; be trained and knowledgeable in the use of Microsoft Project; and have Joint staff experience in the past five years. Contractors team shall meet the following experience qualifications: Have combined arms experience as a battalion (or higher) commander and primary battle staff officer; Have the ability to make technical input to website and maintain, manage, and administ er day-to-day website operations; Be proficient (in some and) capable of learning: Extensive Mark-up language (XML), Active Server Pages (ASP), Hypertext Markup Language (HTML), Tomoye Simplify, Sequel Server, Oracle, AST, and others as required; Have the ability to review, assess, and provide quality assurance (QA) for outsourced Interactive Multimedia Instruction (IMI) training products. Be able to make updates and changes to existing training products that are SCORM compliant; and Have a working knowledg e and experience with System Training Plans (STRAPS), Combined Arms Training Strategy (CATS) (unit, institutional and self-development), Program of Instruction (POI), Training Support Package (TSP), and Tactics, Techniques, and Procedures (TTPs). This requirement is a follow on to a previous GSA FSS order. The complete requirements will be included in the Statement of Work (SOW) issued with the Request for Proposal ( RFP) notice. The Federal Supply Classification (FSC) code for this project is U099, NAICS code is 928110, and SIC code is 9711. The contractor shall provide support of the following nature: task analysis, training product development, assessment of train ing requirements, training product recommendations, coordination, record-keeping, preparing military correspondence and briefings for Government review, operating office equipment to include computers, and assist and recommend preparations for planning and executing both live and distributed conferences. All training products will be developed in accordance with TRADOC Regulation 350-70 and TRADOC Pamphlet 350-70-1. Contractor shall conduct monthly Interim Progress Reports (IPRs) at the government office in Fort Leavenworth, KS. All responses will be considered and must include a statement that the Contractor has the experience and ability to provide the required support to CAC-T for Battle Command and Battle Staff (BCBS) training products. The responses should also provide GSA s chedule contract number. All responses must include company name, address, POC, phone number, fax number, email address, business size, taxpayer identification number, DUNS number and CAGE code. All contractors must be registered in the Central Contracto r Registration at http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. All responses must be received no later than 4:00 p.m. CST, on 5 APR 04. All appropriately supported responses will be provided the RFP and SOW for preparation and submission of a propo sal.
 
Place of Performance
Address: ACA, NRCC, Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
Country: US
 
Record
SN00553273-W 20040326/040324224441 (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.