Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
MODIFICATION

R -- INDUSTRY DAY NOTICE FOR THE PROCUREMENT OF TRADOC G2 OPERATIONAL ENVIRONMENT AND

Notice Date
7/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S015OECORE
 
Archive Date
7/22/2015
 
Point of Contact
Christina Crawley, 757-501-8122
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(christina.m.crawley.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to issue a Request for Proposal (RFP), for the procurement of U.S. Army Training and Doctrine Command (TRADOC) Deputy Chief of Staff for Intelligence, G-2 Operational Environment and Core (OE/Core) Functions. The TRADOC G-2 is an innovative, learning, and enabling enterprise that examines national security challenges, defines OE variables, challenges solutions, and expands perspectives in order to enable the Human Capital Enterprise to accomplish its mission. G-2's purpose is to identify, define, and predict the variables of the OE and then apply and channel the product towards ensuring the rigor and relevance of a complex battlefield and adaptive threat are integrated across the mission area. TRADOC G-2 requires various support services as shown in Attachment 1 - Specific Tasks. A brief overview of these tasks include but are not limited to: (a) studying, developing, and maintaining the OE; (b) building and maintaining an OE knowledge center as a flexible network of data, tools, relationships, processes, and systems capable of replicating the most complex and difficult circumstances expected in the OE; (c) managing the Army Operational Environment/Opposing Forces (OE/OPFOR) modernization program; (d) providing signatures and intelligence, surveillance, and reconnaissance (ISR) integration support; (e) validating and assessing OE and threats application across the TRADOC mission set; (f) collaborating with Deputy Director Joint Staff J-7, Joint and Coalition Warfighting (JCW) or equivalent Organization on the Joint Operational Environment (JOE) and threats; (g) providing independent expert, critical reviews of plans, concepts, organizations, and programs; (h) exercising staff management of all intelligence, foreign disclosure, and security (personnel, technology, and communications) policy, products, and priorities; (i) representing TRADOC for intelligence resources and integration of ISR concepts and requirements with responsible agencies, and (j) executing special projects and missions assigned as short term, rapid needs for Subject Matter Experts. Under the resulting contract, the Contractor shall support the U.S. Army Training and Doctrine Command (TRADOC) OE/Core in a wide variety of efforts. The Contractor shall ensure all projects maintain consistency with each other and no duplication of effort exists within the program. The Contractor shall support OE/Core in executing its mission to improve the capabilities of the U.S. Army and provide support and services to AWG in the following specific areas: 1.Functional Support 2.Analysis and Production 3.Intelligence, Surveillance, and Reconnaissance (ISR) 4.Training OE/Opposing Forces 5.Training Brain Operations Center (TBOC) 6.Wargaming, Experimentation, Test, and Evaluation (WETED) 7.Foreign Military Studies Office (FMSO) 8.University of Foreign Military and Cultural Studies (UFMCS) 9.Operational Environment Laboratory (OEL) 10.Threat and OE Integration 11.Knowledge Management/Operational Environment Enterprise 12.Various Surge Tasks: ISR, TBOC, Other The Government anticipates awarding an unrestricted single award contract to support this initiative in accordance with Federal Acquisition Regulation (FAR) Part 15, Contracting by Negotiation. This single firm-fixed priced contract will include cost CLINs for Travel and Other Direct Costs (ODC) and Labor Hour CLINs for surge requirements. The period of performance is a base period of one (1) year and four (4) one year option periods. The North American Industry Classification System (NAICS) code is 541690 - Other Scientific and Technical Consulting Services with a size standard of $14.0 million THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. This is an opportunity for interested potential Offerors to attend an Industry Day hosted by MICC - Fort Eustis and TRADOC G-2 to briefly discuss the future DRAFT Request for Proposal (RFP). The purpose of this event is to obtain input from industry experts and facilitate a networking environment for potential offerors. The Government will be providing a briefing session beginning at 1:00 pm EDT on Wednesday, July 16, 2014 at Wylie Theater located at 705 Washington Boulevard, Fort Eustis, VA 23604. This briefing session will include an overview of the OE/Core mission and address questions submitted by industry. Interested sources MUST register by contacting Christina Crawley, Contract Specialist at christina.m.crawley.civ@mail.mil no later than 10 am EDT on Monday, July 14, 2014. Please provide the following information when registering: name of agency/company, name of each individual attending (limit to a maximum of three (3) per company), and an email address for each attendee. Any questions must be submitted via electronic mail to Ms. Christina Crawley at christina.m.crawley.civ@mail.mil no later than 10 am EDT on July 14, 2014. All submissions should be clearly marked 'Question(s) for TRADOC G-2 OE CORE Industry Day.' The DRAFT RFP is anticipated to be released early FY15 and will be posted to FedBizOpps via Army Single Face to Industry (ASFI). The closing date for submission of proposals will be contained in the solicitation. **Directions to 705 Washington Boulevard ** [Please allow ample time to arrive, go through the visitor's gate, park, and sign in so we may begin promptly] 1)From I-64 (East or West) take exit 250A onto VA-105 W/Fort Eustis Boulevard. This road leads to the front gate and turns into Washington Boulevard. 2)Once you have gotten through the gate, make your way to the left before reaching the traffic circle. As you enter the circle, move to the right lane of the circle going all the way around the traffic circle heading outbound on Washington Boulevard. 3)As soon as you exit the circle, turn right onto Read Street which will be the first street on your right. You will see a large parking lot on your right as well and is the south parking lot of Building 705/705 Washington Boulevard. This is where everyone should park. DO NOT PARK IN THE RESERVED SPOTS. 4)The easiest way to enter the building is by walking along the front of the building which faces Washington Boulevard, and entering through any of the large set of doors. Once you enter, go straight through the set of double doors and Wylie Theater will be on the left. Wylie Theater does not allow food or beverages in the theater. Food and beverages may be consumed in the hallway or breakroom outside of the theater. AMEDNMENT 2 - The Briefing Slides provided will be the material covered on Wednesday, July 16th. For the individuals that have registered, please print and bring a copy with you if you choose because the Government will NOT be providing any hard copies. Thank you! AMENDMENT 3 - Briefing slides, Answers to Industry's questions (with the exclusion of a few that require additional time), and the attendee list have been provided with this amendment. The final answers to questions will be provided in an additional amendment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/feae43749e8471c3d540dcba0f3b47ca)
 
Record
SN03433184-W 20140724/140722234952-feae43749e8471c3d540dcba0f3b47ca (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.