Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
MODIFICATION

69 -- RFI - Special Operations Forces Requirements Analysis, Prototyping, Training, Operations and Rehearsal III (SOF RAPTOR III)

Notice Date
3/22/2012
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-12-R-0022
 
Response Due
3/30/2012
 
Archive Date
5/29/2012
 
Point of Contact
Brian Serra, 407-208-3357
 
E-Mail Address
PEO STRI Acquisition Center
(brian.serra@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
***This RFI was posted on March 13th, but was miscoded under the classification code "10-Weapons" rather than 69-Training Aids and Devices. No information has changed from the March 13th version and is simply being reposted to ensure maximum exposure to the training community*** Notice Type: Request For Information Title: Special Operations Forces Requirements Analysis, Prototyping, Training, Operations and Rehearsal III (SOF RAPTOR III) Purpose: The purpose of this RFI is to obtain information and solicit industry comment prior to issuing a competitive solicitation for the SOF RAPTOR III effort. Brief Summary: The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Product Manager for Special Operations Forces (SOF) Training Systems (PM STS) is looking to get information and feedback from interested sources for a new contract which would replace and expand the existing Special Operations Forces Requirements Analysis, Prototyping, Training, Operations and Rehearsal II (SOF RAPTOR II) contract. SOF RAPTOR II supports numerous efforts in support of the objectives of the United States Special Operations Command (USSOCOM) and its component commands: United States Army Special Operations Command (USASOC), Air Force Special Operations Command (AFSOC), Naval Special Warfare Command (NAVSPECWARCOM), Marine Special Operations Command (MARSOC), and Joint Special Operations Command (JSOC). The new SOF RAPTOR III procurement is intended to support not only the objectives of USSOCOM programs, but to support the objectives of the joint SOF community that USSOCOM interfaces with to conduct operations. Program Description: PM STS requires a contract vehicle to replace the existing SOF RAPTOR II contract which is close to reaching its ceiling. The SOF RAPTOR II contract, awarded in April 2009 with a ceiling of $48.9M, is a single award Indefinite Delivery/Indefinite Quantity (IDIQ) contract vehicle, which replaced the SOF RAPTOR I contract. The SOF RAPTOR I contract was comprised of efforts that were 100% Engineering Services, whereas the SOF RAPTOR II contract was a mix of Engineering Services and Program Management efforts. Both contracts were awarded to small businesses. SOF RAPTOR II provides the means for conducting live, virtual and constructive training, services, training requirements analysis, concept exploration, prototyping, advanced concept exploration, rapid prototype development, and operation and maintenance functions to support USSOCOM and its component command training, simulator and simulation requirements. It is expected that SOF RAPTOR III will continue to evolve in the future and is geared towards overall engineering services management rather than engineering services alone. SOF RAPTOR III will provide a vehicle that incorporates the scope of the SOF RAPTOR II contract and will be expanded to include additional scope and tasks that will support all elements of mission preparedness and mission training. Mission preparedness, rehearsal, and training include primarily SOF tasks and include the joint community that USSOCOM operates and interfaces with such as the NATO Special Forces partners and other Government agencies. Acquisition Strategy: It is the Government's intent that the SOF RAPTOR III program will be executed as a Small Business Set-Aside competition to result in a single-award Indefinite Delivery/Indefinite Quantity ID/IQ contract. The estimated ceiling of this ID/IQ is $97.8M. Request For Information: Interested parties are requested to review the draft Statement of Work and provide your written responses by 12:00 PM EST on March 30, 2012. The Government is requesting specific responses to the information provided below: Administrative: a. Provide company name, points of contact with phone number, and e-mail. b. Every page should have the company name, header, page numbers, date and if applicable the version number. Technical: a. Program Management: It is expected that the new SOF RAPTOR III effort will not have funding to cover overarching Program Management functions, outside of individual Task Orders. i. Describe your approach to be able to support Task Orders, sometimes with loosely defined requirements, as they arise. This includes the ability to provide rough order of magnitude (ROM) on cost, schedule, and performance with expedient turnaround times. ii. Describe your ability to operate in an Integrated Product Team (IPT) environment with the Government and/or its customer, and how your program management is structured to meet very short timelines to make decisions, meet documentation and programmatic suspenses, etc. iii. Describe your approach to managing the overall contract, subcontracts, and individual task orders. Differentiate your approach between a Task Order that is complex and program management intensive versus an order that would be a Commercial Off The Shelf procurement. b. There could be instances where a significant surge of program management efforts (proposal preparation, IPT coordination, etc) is required. These surges could be random and without notice, yet require a quick turnaround (i.e. 4th quarter of the fiscal year). Identify your process for staffing and processing multiple proposals, while still managing current efforts. Describe your ability to surge to meet demands. c. A summary of SOF RAPTOR II Delivery Orders is provided only as a reference of the type and variation of orders that were previously executed. Although potentially representative, there is no guarantee or assurance that these efforts will actually be a part of SOF RAPTOR III. Vendors interested in this opportunity are requested to email their response no later than 12:00 pm Eastern Standard Time (EST) on March 30, 2012 to both the Contract Specialist Mr. Brian Serra (brian.serra@us.army.mil) and the Project Director, Mr. Norbert Granchi (norbert.granchi@us.army.mil). Contractors are requested to provide a white paper not exceeding ten (10) pages, including the cover sheet. Font size shall not be smaller than industry standard word processor 12-point Times New Roman in a MS Word document. A previous Sources Sought Notice (SSN), under Solicitation W900KK-12-SR3, was issued to FedBizOpps on November 23, 2011 in conjunction with this effort. This Request for Information (RFI) does not replace, rather coincides with, the previous SSN. It is requested that all interested parties respond to this RFI even if you previously responded to the November SSN. All responses and feedback will be used to better the upcoming SOF RAPTOR III RFP. You can view the previous SSN, here: https://www.fbo.gov/index?s=opportunity&mode=form&id=33c0c1c8fd4a9b9dc093088e1dd67525&tab=core&_cview=0 Disclaimer: This notice does not constitute an invitation for bids or a Request for Proposal (RFP) and is not a commitment by the U.S. Government to procure subject products or services nor will the Government reimburse any parties for costs associated with this request. Contracting Office Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL 32826-3276 Place of Performance: PEO STRI Acquisition Center 12350 Research Parkway, Orlando, FL 32826-3276 Point(s) of Contact: Primary POC - Contract Specialist: Brian Serra 407-208-3357 brian.serra@us.army.mil Primary POC - PD: Norbert Granchi 407-384-5387 norbert.granchi@us.army.mil PCO: Lovisa Parks lovisa.parks@us.army.mil Enclosures: Encl 1 - Draft Statement of Work Encl 2 - Summary of SOF RAPTOR II Delivery Orders (Click the "additional documentation" link below to access these documents)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-12-R-0022/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN02703974-W 20120324/120323000142-7b954d8bd3fa7f104fe8c83f74772445 (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.