Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

A -- Test Instrumentation Enterprise Development and Support (TIEDS)

Notice Date
7/9/2013
 
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-13-R-0014
 
Response Due
7/31/2013
 
Archive Date
9/7/2013
 
Point of Contact
Jason Malak, 407-208-3337
 
E-Mail Address
PEO STRI Acquisition Center
(jason.malak@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Project Manager for Instrumentation, Targets, and Threat Simulators (PM ITTS) Instrumentation Management Office (IMO) is performing market research to identify interested sources for a potential new contract for numerous efforts to support the objectives of IMO and its customers, including, but not limited to Army Test and Evaluation Command (ATEC), Office of the Secretary of Defense Test Resource Management Center (TRMC), Training and Doctrine Command (TRADOC), other Program Executive Offices (PEOs) and Project Management Offices (PMOs), Defense Laboratories, and other Defense Services and Agencies. IMO activities focus primarily on areas that would utilize a Services type contract vehicle, with the added ability to deliver instrumentation related hardware, software and/or integrated solutions. Program Description: PM ITTS IMO requires a contract to address the acquisition life cycle of instrumentation related capabilities. Test Instrumentation, Enterprise, Development and Support (TIEDS) is geared towards the full spectrum of the instrumentation requirement, research, development, production, integration, and sustainment processes. TIEDS is expected to allow PM ITTS IMO to respond to evolving technology and military demands. The spectrum of services required range from requirements analysis and concept exploration to rapid prototyping, system development, system sustainment and other related tasks. This Sources Sought Notice (SSN) is being issued to determine industry capabilities and identify potential sources for the procurement of the TIEDS effort. A draft Statement of Work (SOW) for the overarching effort is provided as well as sample Task Orders for your review and to assist you in determining your interest in participating. The Government requests that you provide your expression of interest by submitting a capability statement regarding the requirements included in the draft SOWs as follows: Cover Page: Include a cover sheet with the company name, address, Commercial and Government Entity (CAGE) code, and point of contact with name, title, phone number, and email address. Also indicate the SSN title and number. Format: Font shall not be smaller than industry standard word processor 12-point Times New Roman. Electronic submissions shall be in MS Word format. Only electronic submissions are acceptable. The Government is not soliciting proprietary information; however, if submitted, it should be appropriately marked. Length: Do not exceed 15 pages (one side is counted as one page), exclusive of the cover page. Size of Business: Provide a statement indicating if your firm is a large or small business under the North American Industry Classification System (NAICS) code 541330. Small businesses must comply with FAR 52.219-14 - Limitation of Subcontracting, regarding contract performance. Please identify how you plan to comply if the acquisition is set aside. If you are a small business only interested in subcontracting opportunities, please identify the areas you are interested in supporting. If a small business, identify if you are disadvantaged, 8(a), Disabled-Veteran, Veteran, Women-owned Business, or Hub-zone. The capability statement should contain sufficient detail for the Government to make an informed decision regarding your capabilities. Technical: The TIEDS effort will be comprised of an overarching program management function that will oversee the integration and/or sustainment of various assets delivered under TIEDS task orders or outside (COTS, other contract) sources. It is expected that the Program Management functions will be paid through each individual Task Order and not as a separate Program Management Task Order. i. Overall Project Management and Execution: a. Describe how you would manage an ID/IQ contract whereby all program management tasks are funded by individual Task Orders. There could be instances when 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. b. Describe your past performance with regard to lifecycle tasks associated with Test Instrumentation and related technologies. Respond with your past performance regarding the following topics: -Test data collection, reduction, and analysis -Real time casualty assessment -Test design, planning, and control -Test infrastructure planning and establishment -Software development, sustainment, training and integration -Field support of end products and architectures -Support of key testing related technological areas (please be specific). For example, experience related to testing aviation, nuclear effects, interoperability, network performance, urban operations, facilities construction, etc. c. If currently supporting ATEC, TRMC, and/or TRADOC, please provide information of current or past efforts. ii.Individual Task Order Management and Execution: a.Describe your approach to support Task Orders, sometimes with loosely defined requirements, as they arise. Include your process and approach to provide rough order of magnitude (ROM) on cost, schedule, and performance with expedient turnaround times. Include relevant technical history that demonstrates your technical skill sets from work completed. b.Describe your ability to operate in an Integrated Product Team (IPT) environment with the Government and/or its customer(s) to meet very short timelines to make decisions, meet documentation and programmatic suspense's, and execute acquisition tasks such as the ones listed below. c.Describe your approach to include but not limited to labor categories, timelines, costs and deliverables for each attached Task Order (i.e., list the SOW Names here). Respondents are asked to submit replies no later than 1200 PM Eastern Time on April 1st, 2013 by email to jason.malak@us.army.mil with a courtesy copy to Mr. Dennis Schneider (dennis.j.schneider@us.army.mil). In addition to your capability statement, you are invited to submit questions/comments as a result of your review of the draft SOWs. Please provide your questions in a separate attachment from your capability statement. There is no specified format; however, please use 12-point Times New Roman and submit electronically in MS Word. Responses to questions will be consolidated and posted to FedBizOpps. The Government anticipates a Single Award ID/IQ contract vehicle to be awarded. The CLIN structure for the task orders will be structured appropriately to the level of effort to be performed. CLINs may be Firm Fixed Price, Time and Materials, or Cost type. This action does not constitute a solicitation or Request for Proposal and is not a commitment by the U.S. Government to procure the subject products, services or information. The submission of this information is for PLANNING PURPOSES ONLY and is not to be construed as a commitment by the Government to procure any supplies or services, or for the Government to pay for the information received. Respondents are solely responsible for all expenses associated with responding to this notice. In accordance with FAR 15.201(e), responses are not offers and cannot be accepted by the Government to form a binding contract. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. This information is for program planning and acquisition strategy development. UPDATE 5 APRIL 2013: Attached is the list of respondents and contact information to the Sources Sought Notice posting for TIEDS. *** UPDATE 9 JULY 2013: TIEDS will be a solicited as a Full and Open Competition outside of the PEO STRI Omnibus Contract (STOC II). This posting is only an update to the acquisition strategy and does not warrant a submittal/resubmittal to the sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-13-R-0014/listing.html)
 
Place of Performance
Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
Zip Code: 32826-3276
 
Record
SN03110675-W 20130711/130709234749-a90a0078dec4d4d363ad9ab087bebbf8 (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.