Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
SOURCES SOUGHT

B -- Subject matter expertise that supports the technical and external review of Future Soldier Initiative (FSI) and Soldier System Integration Domain (SSID) activities.

Notice Date
1/19/2010
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QYEXTERNALREVIEW
 
Response Due
1/25/2010
 
Archive Date
3/26/2010
 
Point of Contact
David Barceleau, 508 233 5701
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(david.barceleau@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Natick Soldier Research Development & Engineering Center (NSRDEC) intends to procure senior subject matter expertise to deliver high quality external review to support NSRDEC advancement and alignment of the Soldier System Integration Domain (SSID). Future Soldier Initiative (FSI), and related NSRDEC and partner initiatives that support the advancement of the Soldiers capabilities. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by 2:00pm EST, 25 Jan 2010, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If suitable capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that insufficient small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541611 with a size standard of $7.0 M are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the companys existing experience in relation to the areas specified in the SOW. Capability packages must not exceed 10 pages and must be submitted electronically. The Government will not consider any information presented beyond the last whole word within the page limit. Small business concerns are to outline their experiences in the following: (1) Providing external assessment of Army basic research investment activities; (2) Soldier and small combat unit technology activities including the Soldier System Integration Domain and Future Soldier Initiative; (3) Providing operational Land Warfare subject matter expertise related to full spectrum operations; and (4) Providing independent technical and programmatic reviews. In addition, the following must be addressed and elaborated on as part of the package: (1) Does your firm and key personnel have relevant past performance within the last three years on efforts that are similar in nature, size, scope, and complexity to the work outlined in the SOW? (Include contract numbers, contract type, dollar value of each procurement, point of contact, and brief description of the work performed); (2) Does your firm and key personnel have familiarity and experience with Army and DoD acquisition processes, policies, and relevant government organizations (including ASA(ALT) and DARPA); (3) Explain the breadth and depth of knowledge and experience of your companys personnel with Army and DoD basic research investments; (4) Explain the breadth and depth in knowledge and experience of your companys personnel in the area of Land Warfare policy and doctrine; individual Soldier and small unit operations; training and learning processes; tactics, techniques and procedures (TTPs); wargaming; and related Army and DoD organizations; (5) Explain how your companys personnel will be able to provide review and feedback that address the interests of diverse stakeholders including Army and DoD Acquisition organizations, operational end users, other governmental organizations, academia, and industry (6) Explain how your company will ensure that key personnel have the minimum skills, qualifications and experience required by the SOW and are available for the duration of the effort (including the option year if awarded). To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to David Barceleau for this procurement. The anticipated period of performance will be for one (1) Base and one (1) one-year Option period. The primary place of performance for task 3.1.1. (see SOW for details) and related activities will be at government facilities in Washington, DC. Travel to the Natick Soldier Systems Center in Natick, MA and other locations may be required to support meetings, workshops, or exercises as outlined in task descriptions. Contractor personnel will require a current secret clearance. Contractors are responsible for all costs for submitting their capability packages. No information or items submitted will be returned The POCs for this requirement are David Barceleau, at David.Barceleau@us.army.mil and Scott Ullery, at scott.g.ullery@us.army.mil. All capability packages must be submitted to the POC by 2:00pm EST, 25 Jan 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db6c0f6cb7131ec799317c5bf8920e95)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02044829-W 20100121/100119235131-db6c0f6cb7131ec799317c5bf8920e95 (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.