Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOLICITATION NOTICE

R -- Program Management and Technical Support Services for the Development of Capabilities Related Documents and Capabilities Related Studies

Notice Date
11/29/2016
 
Notice Type
Presolicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-17-R-MDW001
 
Archive Date
12/24/2016
 
Point of Contact
Devin J. Fitzpatrick, Phone: 2024753711, Eric C. McDoniel, Phone: 202-475-3427
 
E-Mail Address
devin.j.fitzpatrick@uscg.mil, Eric.C.McDoniel@uscg.mil
(devin.j.fitzpatrick@uscg.mil, Eric.C.McDoniel@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The Following Pre-Solicitation Synopsis has been prepared in accordance with FAR 5.207 Preparation and Transmittal of Synopses: The United States Coast Guard (USCG) Office of Requirements and Analysis's (CG-771) coordinates the assessment, analysis and identification of Authorities, Capabilities, Competencies and Partnerships necessary to meet Coast Guard mission (functional)requirements. The office oversees the development and management of a standardized,defendable and repeatable process to generate and maintain Coast Guard capability (operational)requirements in support of follow-on Acquisition Directorate (CG-9) acquisition activities. CG-771 also develops and maintains modeling and simulation tools and conducts robust analysis of the Coast Guard System to improve the performance of all Coast Guard missions. CG-771 has a requirement to develop capabilities related documents and conduct capability related studies. The capabilities-related documents are overseen by CG-771's Requirements Officers (RO) that team with and assist the sponsoring office with the development of capability analysis reports (CAR), mission needs statement (MNS), Concept of Operations(CONOPS),operational requirements documents (ORD), and operations policy development (OPD). The capability-related studies are overseen by CG-771's Analysis Officers (AO) who conduct select supporting analyses to assists stakeholders in judging whether the proposed solutions and strategy offer sufficient operational benefit to warrant moving forward with the project. The level of analysis is based on the particular sponsor's needs and may include quantitative analysis to evaluate and prioritize the alternatives. The combination of the capabilities related documents and studies may be used in fleet wide modeling and simulation employing different mixes of assets in order to identify the most cost effective capital investment strategies for the USCG. The policy and instructions that CG-771 abides by for delivering capability-related documents • Joint Requirements and Integration Management System (JRIMS) Manual • Major Systems Acquisition Manual (MSAM) Commandant Instruction (COMDTINST) M5000.10 (series) • Requirements Generation and Management Process, Pub 7-7, Version 2.0 This contract action includes program management and technical support services to assist CG-771's ROs and AOs with capabilities related documents and capability-related studies. The resultant contractor will be ultimately responsible for the independent development of the desired products with guidance and input from the AOs and ROs. It is imperative that the resultant contractor gain experience with Coast Guard capability documents and this experience be captured in regular lessons learned reports to the USCG. These reports will ensure that the AOs and ROs retain direct corporate knowledge of these products for the USCG. The solicitation resulting from this synopsis will be set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSB) in the NAICS code 541661 with a small business size standard of $15million in average annual receipts. The USCG anticipates awarding a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract with five 12 month ordering periods. The anticipated contract type is a hybrid Firm-Fixed Price/Labor Hour for the first two years and Firm-Fixed Price only for years 3, 4, and 5. The USCG anticipates release of the solicitation in January 2017 or sooner if possible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-17-R-MDW001/listing.html)
 
Place of Performance
Address: Contractor's Facility/ and USCG Headquarters, 2703 Martin Luther King Jr. Ave SE, Washington, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN04337885-W 20161201/161129234037-bfa5151e1aeb98be021a63e817080204 (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.