Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2011 FBO #3395
SOURCES SOUGHT

U -- Analytical Infantry Support Services

Notice Date
3/10/2011
 
Notice Type
Sources Sought
 
NAICS
611699 — All Other Miscellaneous Schools and Instruction
 
Contracting Office
Fort Bragg Contracting Center, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124711R0014
 
Response Due
3/16/2011
 
Archive Date
5/15/2011
 
Point of Contact
Laura Cannady, 910-643-7353
 
E-Mail Address
Fort Bragg Contracting Center
(laura.b.cannady@us.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Responses to this Request for Information (RFI) are not considered offers and can not be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Respondents should not submit any proprietary information when responding to this RFI. Respondents should also note that the Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents must submit capability statements that clearly define the firm's ability to perform the work stated in this RFI in conjunction with the DRAFT Performance Work Statement (PWS). The requirement is Analytical Infantry Support for the Maneuver Center of Excellence (MCoE), United States Army Infantry School (USAIS) at Fort Benning, GA. Services include, but are not limited to, providing instructional support; collecting and analyzing lessons learned; inventory of equipment; and identifying trends, doctrinal disconnects, and emerging technologies which may impact the conduct of training. The above services are required in the areas of resident and Mobile Training Teams (MTTs) for the following courses: Infantry Mortar Leader's Course (IMLC), Advance Leader's Course (ALC), Non Commissioned Officer Education System (NCOES), Sniper, and Combat Life Saver/First Responder (CLS/FR) Course. The Contractor personnel shall be required to perform travel to various locations within, and outside, the continental U.S which is Korea, Europe, and Hawaii. Locations and duration of travel will be established and funded during performance of contract. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential Service Disabled Veteran Owned Small Business (SDVOSB) firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It is also a tool to get feedback on the requirement, detailed in the DRAFT Performance Work Statement. Feedback is encouraged and appreciated. The NAICS code contemplated for this requirement is 611699, "All Other Miscellaneous Schools and Instruction," with a size standard of $7.0M. The incumbent contractor is Lockheed Martin Integrated Systems, Inc, Bethesda, MD. The current Task Order No. is DABK01-03-D-0003-1L04, awarded under OPTARSS I. It is the Government's intention to solicit the requirement set-aside for SDVOSB concerns; however the current capabilities of SDVOSB must be confirmed. As such, all eligible SDVOSB concerns are encouraged to respond. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. ANTICIPATED PERIOD OF PERFORMANCE Phase-In 1 August 2011 - 31 August 2011(30 days) Base Period 1 September - 31 July 2012 (11 mo) Option Period I 1 August 2012 - 31 July 2013 (12 mo) REQUIREMENTS: Refer to the attached DRAFT Performance Work Statement. The Contract Type is anticipated to be a Requirements Contract, with a Firm-Fixed Price (FFP) established per session for each course required with Travel Reimbursements. Services will be performed at Fort Benning, GA. The contractor may have to perform simultaneous sessions for IMLC and Sniper courses. Historically, there have been three (3) IMLC sessions, three (3) Sniper sessions, and a CLS/FR session conducted simultaneously. The IMLC and Sniper sessions may be required at CONUS and OCONUS locations. Minimum sessions of each course are stated as the minimum requirement; however, throughout the duration of the contract additional sessions may be added through issuance of task orders as the need arises IMLC requirements are a minimum of 12 residents and 18 MTTs for a six-week course, equaling 30 sessions minimum. The Sniper Course/Sniper Team Operational Specialist training requirements are a minimum eight (8) resident sessions for a five-week course and 12 MTTs. Finally, the Combat Lifesavers/First Responder Course requires the contractor to conduct 40-hour courses weekly, consisting of 10 sessions for IBLOC, three (3) sessions for DCC, and 12 sessions for Cadre annually. SUBMITTAL INFORMATION: It is requested that interested SDVOSB concerns submit to the email address identified below, a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached performance based work statement. A generic capability statement is not acceptable. Please review carefully the requirements listed below. This documentation must address, at a minimum, the following: (1) title of the PWS you are applying to; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current SDVOSB/small/large business status; (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; (5) management approach to staffing this effort with qualified personnel; (6) statement regarding capability to obtain the required clearances for personnel. (7) company's ability to perform at least 51% of the work; and (8) company's ability to begin performance upon contract award. The capability statement package shall be sent by e-mail to Laura Cannady, Contract Specialist, Mission and Installation Contracting Command (MICC) Center Fort Bragg, at laura.b.cannady@us.army.mil. Submissions must be received at the e-mail cited no later than 4:00 p.m. EDT on March 16, 2011. Questions or comments regarding this notice may be submitted in writing to either Laura Cannady, Contract Specialist, at laura.b.cannady@us.army.mil or Gail Williams, Contracting Officer, at gail.williams4@us.army.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b09ce4711deea60f9e8a24889535f219)
 
Place of Performance
Address: Fort Bragg Contracting Center Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN02398285-W 20110312/110310234827-b09ce4711deea60f9e8a24889535f219 (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.