Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOURCES SOUGHT

R -- Acquisition, Logistics and Administrative Support

Notice Date
7/22/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-09-R-ALASPRT
 
Response Due
8/3/2009
 
Archive Date
10/2/2009
 
Point of Contact
alvesr, (508) 233-5922<br />
 
E-Mail Address
RDECOM Acquisition Center - Natick
(richard.alves@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Sources Sought Notice for Acquisition, Logistics & Administrative Support This is not a Presolicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; and HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business status relative to NAICS Code 541990, with a small business size standard not to exceed 500 employees. Other than responses to this RFI, no other responses or inquiries will be accepted. Questions regarding the scope work of work or acquisition strategy will not be accepted at this time. In order to protect the integrity of any future procurements that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Responses to this notice shall also include company name, address and point of contact, and must also indicate the following: 1.Size of business pursuant to NAICS Code 541990 2.Does your business qualify as a small disadvantaged business? 3.If disadvantaged, specify if your firm is certified under Section 8(a) of the Small Business Act? 4.Is your business a certified HUBZone firm? 5.Is your business a woman-owned or operated business? 6.Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7.Is your business a large business? 8.Does your business have experience in Nuclear/Chemical/Biological Defense contracting? If so, please cite. Please provide a capability statement addressing your organizations ability to perform as a prime contractor for the work described in the draft PWS (below). Responses are requested no later than close of business (4:30PM EST) 3 August 2009. An electronic response in MS Word or Adobe PDF format is the accepted method. DRAFT PERFORMANCE WORK STATEMENT 1.0 Scope. The scope of this effort is to provide on-going programmatic, logistics, administrative, and requirements support to the Joint Project Manager, Individual Protection (JPM-IP), Joint Program Executive Office, Chemical/Biological Defense (JPEO-CBD). Objectives of this effort include the scope of logistics support associated with fielding new equipment under Joint requirements, and coordinating Service specific aspects of logistics support between the Combatant Commands (COCOM) and Supply Support Activities and coordinating training and curriculum development at the US Armys Chemical School at Ft. Leonard Wood, MO. This requirement is an on-going effort to assess current support practices, benchmark efficiencies, and validate Courses of Action (COA) alternatives. 1.1 Background. JPM-IP is responsible for all Joint Combatant Commands (COCOM), through the Joint Program Executive Office-Chemical and Biological Defense (JPEO-CBD) with acquisition and life cycle management of Chemical Biological Radiological and Nuclear (CBRN) equipment. This requirement encompasses all Department of Defense (DoD) individual protection programs and their associated life cycle support, and CB survivability for Future Combat Systems. There is significant emphasis on Joint program requirements oversight and coordination associated with all program efforts under this office. 2.0 General Requirements. The Respondent shall provide a capability statement regarding the ability to provide continuous support for CBRND programs as generally aligned with the percentage effort and specific requirements stipulated below: ActivityAnticipated Percentage Program Acquisition & Requirements Support55% Program Logistics Support35% Management & Administration10% The scope of work associated with each of these task activities will vary by program precedent and volume throughout the performance period, although not substantially. The Respondent should demonstrate capability for providing suitable technical, analytical and acquisition expertise to support ongoing responsibilities delineated by activity, as well as variances in the scope of activities. 2.1 Specific Requirements. 2.1.1. Program Acquisition & Requirements Support. The JPM IP is responsible for supporting its constituent programs with expert programmatics to effect successful scheduled milestones, as well as execution of a comprehensive requirements support to effect smooth transition of requirements into the formal acquisition cycle. Specific requirements include participation in the development of and the review of the CBDP Joint Priority List, participation in the development of and the review of Joint Future Operational Capabilities, participate in the development of and the review of the CBRN Defense Modernization Plan, and participation in the CBDPs Joint Concept Development. The Contractor is responsible for supporting these activities with expert knowledge of Service and Joint concepts of employment for CBRND systems, expert ability to coordinate DOD and Army Regulation (AR) mandated program activities associated with ACAT levels, and Subject Matter Expert (SME) representation of program office interests throughout the IPT process. Additionally, the Contractor is responsible for supporting combat development activities with expert knowledge of USMC concept of employment (i.e., Marine Air Ground Task Force (MAGTF) and Ground Combat Element (GCE) assets), conducting analyses of mission requirements, performing gap assessments, and providing inputs to the Initial Capabilities Document(s) (ICDs), Capability Development Documents (CDDs), Capability Production Documents (CPDs), and other Joint Capabilities Integration and Development System (JCIDS) documentation 2.1.2 Program Logistics Support. The JPM-IP is responsible for supporting its constituent programs with a comprehensive logistics program that considers Service unique support requirements in contrast with Joint program operating considerations. Within this framework are requirements to coordinate New Equipment Training Team (NETT) efforts, support formal curriculum development and SME system support at the US Army Chemical School (Ft. Leonard Wood, MO), and coordinate Service requirements for equipment delivery, phase-out, and operational introduction. The respondent must demonstrate the ability to provide expert understanding of logistics planning and execution of iterative program activities associated with new equipment introduction. Support will include IPT participation with SME logistics expertise, coordination of support requirements between COCOM units and Service Support Activity logistics managers, and development of program documentation coincident with milestone schedules. Additional tasks include participation in-depth logistics analysis (e.g. Doctrine, Organization, Training, Materiel, Leadership and Education, Personnel and Facilities (DOTMLPF)); providing impact analysis and recommendations on issues dealing with fielded systems; developing and maintaining acquisition training documents such as the Joint System Training Plans (JSTRAPs) and Manpower and Training Analysis (Training Process and Planning Methodologies (TRPPM); and providing detailed analysis as a result of early user assessments, operational and other tests. 2.1.3 Management and Administration. JPM-IP is responsible for establishing a cohesive management organization and support framework to execute management of business and technical program initiatives, ensure quality oversight of prime vendor performance (e.g., progress, investment, monthly status reports), and coordinating actions among IPTs and other participating activities. Supporting actions include development of task order work packages; WBS management; management of project schedules and deliverables; office and administrative support; and coordination of Contractor resources to execute defined objectives. The Contractor is responsible for supporting an effective business/technical management program by ensuring the quality of technical products supports scheduled milestones, providing effective staffing and resource utilization coincident with program objectives, and managing resources to accommodate priorities of work. Additionally, the Contractor is responsible for supporting an effective general administrative process for handling funding documents, travel requests, inputs into Command databases (e.g., CDTS, IDE, PIB), responses to GAO inquiries, and other overhead functions required for efficient office operations. Contracting Office Address: US Army RDECOM CC Natick Contracting Division Attn: CCRD-NA-SY Building 1, Kansas Street Natick MA 01760-5011 Place of Performance: JPM IP 50 Tech Parkway Suite 301 Stafford, VA 22554 Primary Point of Contact: U.S. Research, Development, & Engineering Command Acquisition Center, Natick Contracting Division, ATTN: Richard R. Alves, Jr. at richard.alves@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD16/W911QY-09-R-ALASPRT/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01884289-W 20090724/090723000340-78ced9964c56a638ad0169e3f0d966d3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.