Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2006 FBO #1845
SOURCES SOUGHT

R -- SUBSKILLSNET

Notice Date
12/13/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway Code 253, Orlando, FL, 32826-3224, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N61339-07-R-0017
 
Response Due
1/3/2007
 
Archive Date
1/18/2007
 
Description
PEO-STRI has a requirement to provide non-personal support services to the Requirements and Integration Division, United States Joint Forces Command (USJFCOM) J8 for engineering, test, evaluation, training, and analysis support in order to accomplish the United Command Plan (UCP) mission as the Joint Force Integrator and Chief Advocate for Jointness and Interoperability and Secretary of Defense directed Joint Battle Management Command and Control (JBMC2) initiative. The objective of the JBMC2 Capabilities Integration Process (JCIP) is the identification of joint interoperatility gaps, overlaps, and shortfalls that result in deficiencies in joint warfighting capabilities and to specify proposed Doctrine, Organization, Training, Material Leadership, Personnel and Facilities (DOTMLPF) solutions to improve joint warfighting capabilities and/or reduce the risk created by that deficiency. In order to achieve the JCD/JBMC2 vision, the JFCOM J8 has instituted a requirements development process that includes processes, procedures, equipment, and software. The contractor shall directly support JFCOM J8 efforts to develop and provide oversight of collaborative analysis and review processes for JFCOM J8 Directorate, including but are not limited to support for: a) Strategic management b) Program and resource management c) Capability Based Assessment (CBA) d) Background assistance for briefings e) General management and administrative support f) General technical assistance and engineering support g) Systems and operational/functional analyses h) Demonstration support and proof-of-concept testing i) Technical and operational documentation j) Net Ready Key Performance Parameters (NR-KPP) development and verification k) Training support, to include development of training materials l) Serve as member of the JBMC2 Roadmap Engineering Integrated Product Team and C2 Capability Portfolio Management Team m) Joint Combat Capability Developer (JCCD) Support The Government anticipates the use of a Cost Plus Fixed Fee, non-commercial, contract. Proposed period of performance is one (1) base year, with four (4) one-year option periods to be exercised at the discretion of the government as per FAR 52.217-9. The basic contract will specify the requirements to be delivered in accordance with the Statement of Work (SOW). For the purposes of this sources sought notice, the attachments referenced in the draft SOW will not be made available. Responses to this notice should include a narrative identifying the scope of the past and present (within the last 3 years), relevant experience on similar contracts (including dollar value, complexity and point of contact), a description of capabilities to perform the subject effort, and any comments on the draft SOW. Additionally, interested parties should submit a rough order of magnitude (ROM) identifying the types of labor categories and burdened rates required to produce these products over the next 5 years. All interested parties shall specify the current business size of their company. Registration into the ORCA System is requested (ORCA is an e-Government initiative that was designed by the Integrated Acquisition Environment (IAE) to replace the paper based Representations and Certifications (Reps and Certs) process found at http://orca.bpn.gov/). Brevity of extraneous information is desired. Responses are requested by January 4, 2007. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any products, or for the Government to pay for the information received. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. Comments/responses concerning this requirement should be directed to Contract Specialist, Joy Crapps, via email at Joy.Crapps@PEOSTRI.army.mil by telephone at (407) 380-8028. Alternative submittal methods by mail to: NAVAIR Orlando Training Systems Division, ATTN: Joy Crapps, Code 25732, 12350 Research Parkway, Orlando, FL 32826-3275. The Draft Statement of Work will be uploaded as an attachment.
 
Place of Performance
Address: Tidewater Tees, LTD, 2709 Longworth Court, Virginia Beach, VA 23456
Zip Code: 23456
Country: UNITED STATES
 
Record
SN01195985-W 20061215/061213221115 (fbodaily.com)
 
Source
FedBizOpps 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.