Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2005 FBO #1383
SOLICITATION NOTICE

B -- Concept of Operations Study

Notice Date
9/7/2005
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-05-T-0059
 
Response Due
9/19/2005
 
Archive Date
10/31/2005
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
The US Army Special Operations Command (USASOC), Fort Bragg, North Carolina has a requirement for a Joint Capabilities Integration and Development System (JCIDS) Analysis of USASOC Lethal Unmanned Aerial Vehicle (LMUAV) capability in accordance with the requirements contained herein. Solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-0. It is the Contractor?s responsibility to be familiar with all applicable clauses and provisions. Full text clauses are available at farsite.hill.af.mil. The North American Industry Classification System Code (NAICS) is 541611. Size standard is $6M. This requirement is 100% set aside for Service-Disabled Veteran-Owned small business. QUOTES SHALL INCLUDE: The proposed methodology for meeting the Government?s requirements, qualifications of the staff proposed, documented corporate technical experience, and pricing structured as follows: CLIN 0001 - CONOPS Study: $ ______ Includes written results and a command briefing. CONOPS study shall be provided within 60 days of contract award. CLIN 0002 - Functional Solution Analysis (FSA): $ _______ Includes written and Functional Area Analysis (FAA) and Functional Needs Analysis (FNA) provided to the Government during periodic In Progress Reviews (IPRs) and a final written Functional Solution Analysis (FSA) and command briefing. Functional Solution Analysis (FSA) shall be provided within 120 days of contract award. TOTAL: $______ REQUIREMENT: Joint Capabilities Integration and Development System (JCIDS) Analysis of USASOC Lethal Unmanned Aerial Vehicle (LMUAV) 1.0. Background and Objective. 1.1. Background. Army SOF small units (platoons, squads, A-Teams), and their Joint SOF and conventional counterparts (USMC, US Army Infantry) face an increasing need to operate at capability levels of their next higher echelon. Ranger Platoons routinely face tasks previously conducted and synchronized at the Company level. The speed of operations and the agility of today?s enemy demand increased organic combat capability and agility of our SOF small units. The USASOC G-8 has identified the LMUAV as an emerging technology solution to this problem. 1.2. Objective. This task directs a study to better define the capability gap and potential capability increase, assess the viability of existing and emerging technology solutions, and recommend a strategy to meet the requirement. 1.3. Performance. Performance shall begin the date of contract award and shall begin on 26 Sep 05 or date of contract award, whichever is sooner via a Firm Fixed price contract. Acceptance by the Government of satisfactory services provided is contingent upon the contractor performing in accordance with the terms and conditions of the contract and all attachments and modifications thereto. 2.0 Mission Requirements. 2.1. Task Description. Services shall be provided by means of specific objectives, deliverables, and constraints stated herein. 2.1.1. Joint Capabilities Integration and Development System (JCIDS) Analysis. The contractor shall conduct a JCIDS analysis to identify capability gaps and redundancies as they relate to the Lethal Miniature Unmanned Air Vehicle (LMUAV), determine the attributes of the capability or combination of capabilities that would resolve the gaps, identify materiel and /or non-material approaches for implementation and roughly assess the cost and operational effectiveness of the USASOC forces for each of the identified approaches. 2.1.2. The contractor shall deliver a written study that defines capability gaps; provides a description of a proposed solution; defines simulation and training issues; develops operational scenarios for SOF and conventional forces, defines technology risks, and compares proposed solutions. The study must consist of a Concept of Operations Study (CONOPS Study), a Functional Area Analysis (FAA), a Functional Needs Analysis (FNA), and Functional Solution Analysis (FSA). These are products required for the JCIDS analysis as defined in the Chairman of the Joint Chiefs of Staff Instruction (CJCSI) 3170.01E dated 11 May 2005. 2.1.3. The contractor shall provide the CONOPS and Functional Solution Analysis briefings at HQ, USASOC, Fort Bragg, North Carolina. 2.1.4. Conduct in progress reviews. Contractor shall provide a written status report monthly for the duration of the study. Contractor shall conduct two IPR briefing at HQ, USASOC that will coincide with the completion of the FAA and FSA or a location established by the contract technical representative. 2.1.5. Contractor shall be familiar with Joint Capabilities Integration and Development System (JCIDS) as described in the Chairman of the Joint Chiefs of Staff Instruction (CJCSI) 3170.01E dated 11 May 2005. The product produced as a result of this contract must comply with JCIDS process to be valid. In addition, the contractor must be familiar with U.S. Army Special Operations because the study shall require assessments of current Special Operations tactics and techniques and an understanding of how these forces will continue to operate in the military joint environment. 3.0. Government Furnished Resources. 3.1. Resources. The Government will provide the following resources: 3.1.1. The Government will provide appropriate media support for IPRs and briefings. 3.1.2. The Government shall provide access to and facilitate meetings with other DoD agencies. 4.0. Administrative Considerations. 4.1. Place of Performance. Principle place of performance is at the contractor?s site. However, contractors shall be required to travel to Fort Bragg, North Carolina for the two IPRs and for the two briefings (four trips total). Contractor shall also make one trip to Ft. Benning, Georgia and one trip to Huntsville, Alabama. 4.2. Travel. All required travel must be in accordance with the Travel shall be in compliance with JTRs and the proposed study plan. Trip reports shall be provided as part of regular status reports. SOLICITATION PROVISIONS AND CONTRACT CLAUSES: The following Federal Acquisition Regulation (FAR) provisions and clauses are applicable to the acquisition: 52.252-1 Solicitation Provisions Incorporated By Reference; 52.212-1 Instructions to Offerors - Commercial Items; Clause 52.212-3, Offeror Representations and Certifications - Commercial Items. 52.252-2 Clauses Incorporated By Reference; 52.204-7 Central Contractor Registration; 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside. The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Alt A Central Contractor Registration; 252.212-7001, Contract Terms and conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items; 252.204-7000. The following clauses under paragraph (b) of 252.212-7001 are amended to read: 252.225-7001, Buy American Act and Balance of Payment Program, 252.225-7007, Buy American Act-Trade Agreements-Balance of Payment Program, 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program. 52.232-7003 Electronic Submission of Payment Requests. EVALUATION AND AWARD. FAR 52.212-2 Evaluation - Commercial Items; Award will be made to the responsible offeror whose quote conforms to this solicitation and is the "Best Value" to the Government. The following evaluation factors in descending order of importance will be used to evaluate offers: (1) acceptability (2) price and (3) past performance. Acceptability is defined as the offeror?s ability to meet or exceed the Government?s requirements as stated in the solicitation. Acceptability factors include but are not limited to: relevant experience, qualifications of the proposed staff, and content of the proposed methodology. A best value award will be made to the bidder submitting an offer found to be most advantageous to the government. To be considered for award, the contractor shall be have an active registration in the Central Contractor Registration (CCR). Registration can be completed at www.ccr.gov. QUOTES ARE DUE: Quotes shall be received at HQ-USASOC ATTN: AOCO (Barbara Bowles), Building E-2929 Desert Storm Drive, Fort Bragg, North Carolina, 28310, not later than 4:00 p.m. ET, September 19, 2005. E-mail and Fax submissions will be accepted at bowlesb@soc.mil or (910) 432-9345, respectively. It is the contractor?s responsibility to ensure receipt of electronic quotes. DO NOT SEND DUPLICATE SUBMISSIONS. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule (list) of offered items to include unit and total price, (2) completed Representations and Certifications, and (3) acknowledgement of any amendments that may be issued. Offerors not submitting sufficient information for evaluation may be eliminated from competition. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer at bowlesb@soc.mil. Telephonic questions will not be answered. The point of contact for this requirement is Ms. Barbara Bowles, Contracting Officer at (910) 432-8598, e-mail.
 
Place of Performance
Address: FORT BRAGG, NC
Zip Code: 28310
 
Record
SN00889610-W 20050909/050908034528 (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  © 1994-2020, Loren Data Corp.