Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
MODIFICATION

R -- TRADOC G-2 OPERATIONAL ENVIRONMENT & CORE FUNCTIONS

Notice Date
9/29/2014
 
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
 
Response Due
10/6/2014
 
Archive Date
11/28/2014
 
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
This is a second Sources Sought Notice only and is not a solicitation for proposals. If any contractor responded to the first Sources Sought Notice, posted on 3 June 2014, please respond to this notice as well if still interested. Information submitted in response to the first notice will not be transferred for consideration in evaluation of responses to this notice. The purpose of this Announcement is to gain knowledge on interest, technical capability, and financial capacity of potential qualified small business firms. Responses to this Source Sought will be used by the government in making appropriate acquisition decisions to include extent of competition. The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure contract support services for the U.S. Army Training and Doctrine Command (TRADOC), Deputy Chief of Staff for Intelligence, G-2 Operational Environment and Core (OE/Core) Functions. Primary duty locations are Fort Eustis, VA; Fort Leavenworth, KS; and in Theaters of Operations. The Operational Environment (OE) core functions provide the common framework in which war-fighting programs and strategies are conceived, defined, and executed. TRADOC G-2's core mission is to develop, apply, verify, validate, and accredit OE products, services and support across all TRADOC organizations, and selected Army and external customers with emphasis on support to training, leader development, education, and concepts and capabilities development. There are 11 functional areas necessary for TRADOC G-2 to successfully execute this mission and three (3) optional functional areas: 1. Functional support - Fort Eustis, VA 2. Futures and Concepts- Fort Eustis, VA 3. Intelligence, Surveillance, and Reconnaissance (ISR) Integration - Fort Eustis, VA & extensive travel 4. Training OE / Opposing Forces (OPFOR) - Fort Eustis, VA & extensive travel 5. Training Brain Operation Center (TBOC) - Fort Eustis, VA & extensive travel 6. Wargaming and Experimentation Test and Evaluation (WETED) - Extensive travel to various locations 7. Foreign Military Studies Office (FMSO) - Fort Leavenworth, KS 8. University of Foreign Military and Cultural Studies (UFMCS) - Fort Leavenworth, KS 9. OE Lab (OEL) - Fort Leavenworth, KS 10. Threat & OE Integration - Fort Leavenworth, KS 11. KM/OE Enterprise (OEE) Integration - Fort Eustis, VA, Fort Leavenworth KS, and some travel 12. Joint ISR (Optional Functional Area) 13. Home Station Training - Pre-deployment training (Optional Functional Area) 14. Integration of Socio-cultural Data and Training (Optional Functional Area) Responses are being sought from firms considered small under North American Industry Classification System (NACIS) Code of 541990 - All Other Professional, Scientific, and Technical Services, with a small business size standard of $15.0 million. The estimated price range for the resulting contract is $150M-$250M. Responses shall not exceed 12 pages. Additional pages beyond 12 will be removed; cover letters and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items. a) Company name, address, CAGE code, and points of contact with telephone numbers and email addresses. b) Business size/classification to include socioeconomic designation of the company (i.e., 8(a), HUBZone, Women Owned Small Business, Veteran Owned Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned Small Business, etc.). c) Information to assess capacity to support a procurement of this magnitude. Identify current number of employees and ability to quickly ramp up within a 30 day phase-in for performance. Also address meeting the requirement for personnel security clearances during this ramp up. d) Gross Average revenue for the last three (3) years. e) Submit information to assess financial capacity for a procurement of this magnitude to include a description of financial capacity and growth capability to perform services of this magnitude. Line of credit shall be specified by dollar amount and, preferably, on bank letter head. It is imperative that businesses responding to this Sources Sought Notice articulate their capabilities clearly and adequately. Responses will only be accepted via e-mail. Telephonic responses will not be honored. Please send your responses to MICC - Fort Eustis by 5:00 pm EDT, Monday, October 6, 2014. Submissions may be sent to Christina Crawley at Christina.M.Crawley.civ@mail.mil. This is NOT a Request for Proposal. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE. All interested parties shall respond to that solicitation announcement separately from this sources sought announcement. No award will result from this sources sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/844b21a7604d7fca5fafa9dad939d374)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Fort Eustis Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN03536189-W 20141001/140930022737-844b21a7604d7fca5fafa9dad939d374 (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.