Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 20, 2010 FBO #3010
MODIFICATION

R -- BATTLE COMMAND TRAINING CENTER, FT. LEAVENWORTH, KS. - EXECUTION OF BATTLE STAFF TRAINING TEAM (BSTT)

Notice Date
2/18/2010
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-10-R-5705
 
Point of Contact
Adam L. Villalobos, Phone: 7852741218
 
E-Mail Address
adam.villalobos1@us.army.mil
(adam.villalobos1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Proposed contract action is for non-personal services for contractors to provide qualified personnel, supervision, management, and non-personal technical service to support the mission requirements of the Battle Command Training Capabilities Program (BCTCP), Battle Command Training Center (BCTC) Ft. Leavenworth, KS. The Government intends to award a single Firm Fixed Price (FFP) contract resulting from this solicitation to the responsible offeror whose proposal represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. Contract will be for one base year and 4 one-year option years. There is potential for extensive growth during option years due to anticipated increase in training requirements based on recent historical trends and other factors. This acquisition will be solicited as "UNRESTRICTED". Battalion Staff Training Team (BSTT). Its purpose is to assist Army National Guard commanders via battle staff training and leader development to provide trained and ready battalion commanders and staffs that can fight and win decisively during full spectrum operations in a joint, interagency, intergovernmental, and multinational environment. Training is provided through a hands-on approach, primarily via Mobile Training Team (MTT) and provides feedback used to assess the status of the Army National Guard (ARNG) collective battle staff training. The contractor, when selected will provide support to BCTC-Leavenworth to meet requirements of the ARNG 5-year Army Force Generation (ARFORGEN) model and the ARNG Force Generation Training Model (FGTM). All requirements associated with the Statement of Work (SOW) will align with the established priorities of the Battle Command Training Capabilities Program (BCTCP). General Requirements: Work to be performed includes providing subject matter experts to support live, virtual and constructive battle staff training; Observer Controller/Trainer (OC/T) support to up to twenty Exportable Combat Training Center (XCTC) Leader Training Program (LTP) rotations; train up of up to twenty-seven battalion staffs per year to support up to nine Battle Command Training Program (BCTP) Full Spectrum Exercises (FSX) or Warfighter Exercises (WFX); develop and maintain training materials in accordance with (IAW) current Army doctrine; provide written feedback reports in specified formats to the BCTC-Lvn training analysis feedback team; develop curriculum for train the trainer initiatives and distributed learning initiatives; certify instructors; and support other command initiatives as required. Training is usually off Fort Leavenworth and occurs at each training unit's preferred location, typically on weekends. Total planned training events exceeds 120 events per year. The contractor must be staffed with military educated personnel to man six teams of six personnel that are subject matter experts in specific warfighting functions (WFF). Additional personnel will be tasked for program management, operations, development of distributed learning initiatives, and development of train the trainer courseware specific to Army tactical operations and the Military Decision Making Process (MDMP). Contractor must have experience specific to the Army National Guard (ARNG). Personnel in support of this contract must meet the minimum military and civilian technical educational requirements as provided in the SOW. All potential offerors are reminded to register in Central Contractor Registration (CCR) in accordance with FAR 52.204-7. Lack of registration in the CCR will make an offeror ineligible for award. Additionally, in accordance with FAR 52.204-8 Annual Representations and Certifications, offerors are reminded to register with Online Representations and Certifications (ORCA) at https://orca.bpn.gov. The designated North American Industry Classification Systems (NAICS) Code for this procurement is 541611 Administrative Management and General Management Consulting Services. The solicitation will be issued on March 1, 2010. The solicitation closing date is scheduled for March 31, 2010. Anticipated contract start date is April 15, 2010. A pre-proposal conference will be conducted on Wednesday, March 17, 2010 at 1:00 P.M. local time at the Kansas Army National Guard, Battle Command Training Center, Building 1952, 8 Sherman Ave, Fort Leavenworth, KS for the purpose of briefing the proposal requirements and answering questions regarding this solicitation. All interested offerors are strongly encouraged to attend the pre-proposal conference. The contract will be awarded under FAR Part 15 Source Selection procedures specified in the solicitation. The Government intends to award without discussions, therefore, the offerors initial proposal shall contain its best terms. To be eligible for contract award, a firm must be registered in the Central Contractor Registration (CCR). Firms can register at http://www.ccr.gov. The solicitation, all amendments, site visit minutes and questions/answers will posted on the web at http://www.fbo.gov. DISCLAIMER: The Government is not liable for information furnished by any other source other than noted above. Amendments, if/when issued will be posted to the website for electronic downloading. It is the offerors responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will not issue paper copies. All inquiries must be in writing, preferably e-mail, to the persons specified in the solicitation. All answers will be posted on the Federal Business Opportunities web site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-10-R-5705/listing.html)
 
Place of Performance
Address: USPFO FOR KANSAS, 2737 S. KANSAS AVE., TOPEKA, Kansas, 66611, United States
Zip Code: 66611
 
Record
SN02068789-W 20100220/100218235355-59abfb0fb75f38db3a22ef399149a993 (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.