Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOURCES SOUGHT

J -- U.S. Army's Artillery and Chemical Training (ACT) Training Aids, Devices, Simulations and Simulators (TADSS) Life-Cycle Contractor Support (LCCS) Services

Notice Date
7/14/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC - Orlando,, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KKACT0001
 
Response Due
8/4/2015
 
Archive Date
9/12/2015
 
Point of Contact
Monica Escalante, 305-437-2671
 
E-Mail Address
ACC - Orlando
(monica.escalante@hq.southcom.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1.DESCRIPTION On behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), the Army Contracting Command (ACC) Orlando is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in supporting a contract vehicle exclusive for worldwide Life-Cycle Contractor Support (LCCS) for the U.S. Army's Artillery and Chemical Training (ACT) Training Aids, Devices, Simulations and Simulators (TADSS) devices. Prospective contractor personnel must possess, at a minimum, SECRET security clearance. This sources sought seeks to gain an understanding of available Life-Cycle Contractor Support capabilities and viable approaches to challenges that may be encountered in implementing an ACT TADSS LCCS acquisition. THIS SOURCES SOUGHT IS PRIMARILY INTENDED FOR SMALL BUSINESS; however, large businesses are permitted to respond. Be advised that the U.S. Government will not be able to set aside this requirement if two (2) or more qualified small businesses do not respond with information to support the set-aside. Accordingly, small businesses in all socioeconomic categories (including 8(a) Business Development Program, Historically Underutilized Business Zone, Service Disabled Veteran-Owned, Women-Owned Small Business, etc.) are highly encouraged to respond with capabilities and recommendations in meeting this requirement. 2.BACKGROUND The Artillery and Chemical Training (ACT) contract is responsible for providing Life-Cycle Contractor Support for the U.S. Army's Air Defense Artillery, Field Artillery, and Chemical training devices located worldwide. Current locations include Ft. Sill, OK; Ft. Leonard Wood, MO; Ft. Lee, VA; Ft. Bliss, TX; Ft. Bragg, NC; Ft. Polk, LA; Vilseck, Germany; Camp Casey, Korea as well as servicing multiple remote locations. Other supported sites may be added or removed as required by the Government. The ACT training devices are generally categorized as Air Defense Artillery, Field Artillery, or Chemical. a.AIR DEFENSE ARTILLERY (ADA). The ADA TADSS are used to train users in the operation and use of radar systems, employment and use of weapons, and the maintenance and repair of subject systems. b.FIELD ARTILLERY (FA). The FA TADSS are used to train users in the operation, use and maintenance of field radios, simulate firing missions, use of digital communications, and the operation/use of the FA Operations Control Group. c.CHEMICAL. The Chemical TADSS are used to train all aspects of Nuclear, Biological, and Chemical reconnaissance, including the determination of contamination boundaries, chemical agents in the air, mapping of contamination areas, nuclear explosion detections, sample collections, and vehicle navigations. The following list of devices represent the current ACT program and are being considered for this acquisition. While future requirements cannot be predicted, please use the named devices provided below in answering the questions stipulated in paragraph 4 of this notice. ACT devices to be supported include: AIR DEFENSE ARTILLERY (ADA): 1. Improved Moving Target Simulator (IMTS) 2. Stinger Troop Proficiency Trainer (STPT) 3. Avenger Institutional Conduct Of Fire Trainer (I-COFT) 4. Avenger Slew To Cue Table Top Trainer (AT3) 5. Reconfigurable Table Top Trainer (RT3) FIELD ARTILLERY (FA): 1. Call For Fire Trainer (CFFT) Family of Systems 2. Fire Support Combined Arms Tactical Trainer FSCATT) Family of Systems 3. High Mobility Artillery Rocket System (HIMARS) Organizational Maintenance Trainer (OMT) Family of Systems 4. Multiple Launch Rocket System (MLRS) Family of Systems CHEMICAL: 1. M93A1 Nuclear, Biological, Chemical Reconnaissance System (NBCRS) Fox Simulator 2. Chemical Agent Monitor Simulator (CAMSIM), XM32 3. Nuclear, Biological, Chemical Reconnaissance Vehicle (NBCRV) Virtual Crew Trainer (XM95) NOTE: quote mark Family of systems quote mark means there are several configurations associated with the named device. The anticipated period of performance is a base period of twelve (12) months, beginning in the second quarter of 2017, with four (4) one-year option periods. The Government is not planning to release the total aggregate dollar value of historical cases at this time as further analysis is being conducted to determine an accurate potential ceiling value for this effort. The Government is considering the following North American Industry Classification System (NAICS) code for this procurement. Sector 54 - Professional, Scientific and Technical Services - 541330 - Engineering Services, with an associated size standard is $15M in average annual receipts. This NAICS code is relevant to the sustainment and I/O support of Army/non-standard TADSS. 3.PROGRAM REQUIREMENT The contractor shall be responsible for providing LCCS services required in multiple CONUS and OCONUS locations. This consist of providing maintenance and logistics support, organizing, coordinating, and controlling program activities. The contractor shall also provide overall on-site management and the capability to coordinate with multiple remote locations in order to ensure compliance with the contract requirements and a timely delivery of required products and services to the customer. The contractor shall provide a stable, experienced and knowledgeable workforce familiar with the supported and additional TADSS, as defined. The contractor shall provide the appropriate engineering functions, repairs, system testing, technical oversight, management, and logistical support necessary to maintain and sustain the TADSS and the Material Support Package (MSP) in a fully operational condition. The contractor shall also provide facilities management and required equipment and expertise to provide basic sustainment functions. Other areas the contractor must be prepared to support: a.Program Management Office. The contractor shall provide a Program Management Office (PMO) structure and organization to manage, control, and coordinate requirements of this SOW. The PMO shall be located within the Orlando metropolitan area and close proximity to Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI) to facilitate routine face-to-face discussions. b.Security. The contractor shall meet all security requirements identified in DD Form 254, local security authority, and as guided by DoD 5220-22M, National Industry Security Program Operation Manual. Contractor personnel working on-site in the TADSS maintenance and operational facility shall possess a security clearance defined by the Government. c.Safety. Contractor personnel, although recognized as employees under administrative control of the contractor, shall be required to comply with federal, state, local Base Commander, and/or authorized representative regarding safety standards and security regulations applicable to the assigned work site. d. Risk Management. The contractor shall continuously monitor and assess the program for risk items that could adversely impact the program's cost, schedule, performance, problems and issues. The contractor shall discuss the status of risk items and their mitigation during all scheduled conferences, meetings, and reviews. e. Information Management. The contractor shall provide a Commercial off the Shelf (COTS) Management Information System (MIS) in order to collect, store, and manage program management information in real time. This includes maintenance, inventory, etc. The MIS shall be operational and accessible 24-hours a day, seven (7) days a week. The MIS must be available by the end of the phase-in period (PIP)/mobilization. f. Transition Phase-In Period (PIP) / Mobilization. The contractor shall prepare a Transition Plan and shall execute during the transition phase (to be determined). The contractor shall be responsible for providing sufficient experienced personnel during the transition period to ensure services are maintained in accordance with the Performance Work Statement (PWS). g. Storage. The Government will provide the required secure/lockable maintenance and storage facilities. However, the contractor shall be responsible for providing any additional office equipment or furniture not furnished by the Government. h.Flexibility. The Contractor shall be able to add new systems and locations to the contract based upon future fielding(s) and program life-cycle management decisions without a degradation of current maintenance and support services to existing customers. 4.MARKET RESEARCH Companies who desire to participate in this market survey are encouraged to submit a white paper which supports the company's claim that it presently has the qualifications and capabilities to satisfy one or more of the performance and technical objectives described in paragraph 3 of this notice. Contractor responses are limited to twenty (20) written pages (MS Word format) and should include the following: a. Company Profile / Capabilities i.Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified Hub Zone). Large Businesses ARE permitted to respond to this notice. ii.Company Point of Contact (POC) name, title, office address, phone number and email address. iii.Describe briefly the capabilities of your organization and the nature of the services you provide. Include a description of your background and/or your staff composition to include advanced academic degrees. Please also include professional experience of your staff. The focus of this description of capabilities is to determine if your organization has a deep understanding of training services within the defense industry. iv.Include information about your firm's ability to grow, such as available letters of credit and ability to quickly hire qualified personnel. v.Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, Government 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. vi.Organization's ability to have personnel located at OCONUS locations. Does your company currently have employees working full-time, with the appropriate labor law approvals in Alaska, Germany, Hawaii, and/or Korea? If not all locations, identify where and how many employees are at each location. b.Contractor Perspective (Acquisition and Contracting Strategies) i.What would be your organization's management approach to staffing this effort with qualified personnel? ii.What is your company's ability to begin performance upon contract award, and/or do you have any recommendations as it relates to a transition period. iii.Is your company capable of providing a team composition that can support the entire scope of this requirement, while also performing at least 50 percent of the work? Explain which portion of the scope you would perform and which portion you would utilize the capabilities of teaming partners? Please consider the language at FAR 52.219-14(c) (1) - Limitations on Subcontracting. iv.Do you have any thoughts or concerns about reserving this requirement for small businesses? Provide suggestions on how the requirement could be structured to facilitate competition by and among small business concerns. Describe any conditions that may limit small businesses from participating. v.Are there primary risk areas and/or potential issues associated with an acquisition of this type? How do you propose to mitigate these risk(s)? vi.Identify the contract type (e.g., Firm Fixed Price (FFP), Cost, etc.) you believe is appropriate for this requirement as well as any limitations to your organization's ability to propose an FFP with Cost provisions contract. vii.Identify how the Government can best structure these contract requirements to facilitate competition by and among small business concerns. If a trade-off methodology is deemed appropriate in obtaining the best value, what source selection evaluation criteria would your organization recommend for this acquisition? viii.The potential contract will likely include one (1) base year Period of Performance plus four (4) option years. Describe how the Government's decision on period of performance may impact your organization's ability to execute this requirement. 5.SUBMISSION INSTRUCTIONS There is a 20 page limit for each company white paper submitted. Responses shall be prepared using Microsoft (MS) Word in a format readable and usable by MS Word 2013, with a font no smaller than standard 10-point Times New Roman. Responses should include one cover page (inclusive within the 20 page maximum) to include solicitation number, solicitation name, company name, office address, and POCs including phone numbers and e-mail addresses. The file name should only include the solicitation number, followed by an underscore and Company Name (e.g. W900KKIO0001_XYZ Inc.). Data in addition to that which is solicited in paragraph 4 of this notice will not be considered, and no other document formats will be accepted. Interested contractors are requested to submit their responses via email no later than (NLT) 5:00 PM EST, 04 August 2015 (note - 3 weeks) to usarmy.orlando.peo-stri.mbx.act-recompete@mail.mil. PROPRIETARY DATA: All submittals containing proprietary data must be appropriately marked. It is the respondent's responsibility to clearly define to the Government what is considered to be proprietary data. The Government reserves the right to make public any information that would provide clarification on the requirement for industry in preparing for proposals. Responders are advised that any data submitted to the Government in response to this notice may be released to non-Government program support contractors for review and analysis. These personnel will have a Non-Disclosure Agreement in place. 6.DISCLAIMER This request for information is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP) or a commitment by the U.S. Government, nor should it be construed as such. Submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred. There shall be no basis for claims against the Government as a result of any information submitted in response to this sources sought. Respondents are advised that all submissions become government property and will not be returned. The Government is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this sources sought notice. This notice can be accessed through this FedBizOpps announcements by selecting the ADDITIONAL DOCUMENTATION link. The Government will continue to provide information, draft documents and other program updates on www.fbo.gov website as they become available. FedBizOpps is the authoritative source for this requirement. Industry is highly encouraged to monitor this website for future postings. The results of this market survey will contribute in determining the Government's acquisition strategy. Based on the responses to this notice, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition, and multiple awards may be made. This notice is open to any capable and qualified source, and partnering is encouraged. All correspondence/questions regarding this notice shall be directed to the Contracting Office POCs Mr. Don Wagoner and Ms. Monica Escalante, via the-following email address: usarmy.orlando.peo-stri.mbx.act-recompete@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/21fabc246b21cb6560435ffced633eec)
 
Place of Performance
Address: ACC - Orlando, 12350 Research Parkway Orlando FL
Zip Code: 32826-3276
 
Record
SN03795531-W 20150716/150714234745-21fabc246b21cb6560435ffced633eec (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.