Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
SOURCES SOUGHT

R -- LEADER FOLLOWER DEVELOPMENT TCM-T

Notice Date
12/29/2016
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Lee, 1830 Quartermaster Road, Bldg 7124, Fort Lee, Virginia, 23801-1606, United States
 
ZIP Code
23801-1606
 
Solicitation Number
W91QF517R0003
 
Archive Date
2/1/2017
 
Point of Contact
Xanthe Otterstedt, Phone: 8047344985
 
E-Mail Address
xanthe.a.otterstedt.civ@mail.mil
(xanthe.a.otterstedt.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command (MICC) Fort Lee is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Leader Follower Development for U.S. Army Training and Doctrine Command (TRADOC) Capability Manager - Transportation. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, 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. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER: "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR PROPOSAL (RFP), IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified Small Business sources for the requirement and (2) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. As a result of this notice, MICC Fort Lee may issue a Request for Proposal (RFP). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against MICC-Lee shall arise as a result of a response to this notice. Background: The TRADOC Capability Manager for Transportation (TCM-T) is chartered by the Commander, TRADOC as the user representative for all currently fielded Tactical Wheeled Vehicles (TWV), Trailers and Army Watercraft. This responsibility includes the Joint Capability Integration and Development Systems (JCIDS) and Legacy requirements documentation for all currently fielded systems and new systems in fielding after the Milestone B decision. Scope: The contractor shall provide JCIDS document support within the scope of the TCM-T Charter. The contractor shall be responsible for the development, coordination, writing, reviewing and staffing of all JCIDS and other documents in support of the material acquisition process to include converting legacy documents to JCIDS format. The contractor will maintain expertise in TWV Robotics, armor, and ensure that appropriate TCM-T documents are updated to include current Automation and force protection requirements. Contractor will also provide products in support of modernization and developmental efforts on TCM-T assigned systems and provide for mission accomplishment within delineated timelines. The contractor shall include where appropriate, use and integration of subject matter experts, information technology, and other decision support tools in providing technical support. The contractor designee, shall pick up from the contractor's mailbox suspense's and special actions daily, and provide for mission accomplishment within delineated timelines. Place of Performance: Fort Lee, VA and Fort Eustis, VA Special Requirements: -Service Contract Act shall apply to this requirement -A DD 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance Anticipated Period of Performance: The anticipated period of performance for this requirement is for one (1) 12-month base period and two (2) 12-month option periods. The anticipated start of performance will be on or around 1 April 2017. NAICS Code and Size Standard: In the event an RFP is issued, North American Industry Classification System (NAICS) code 541990, All Other Professional, Scientific, and Technical Services with a Size Standard of $15.0 Million is being considered. The Product Service Code (PSC) being considered is R410, Support - Professional. Information Submission Instructions: Respondents shall submit in writing NLT the closing date of this notice the following: 1. Capability Statement for your company, no more than 5 pages; 2. NAICS code that your company most frequently does business under; and 3. Applicable size standard All data received in response to this notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Due Date: Electronically submitted tailored capability statements are due no later than 1:00PM (Eastern Standard Time) on 17 January 2016. All Capability Statements sent in response to this notice must be submitted electronically (via e-mail) to Contract Specialist, Xanthe Otterstedt at xanthe.a.otterstedt.civ@mail.mil in the format of either MS Word (2013 or older) or Adobe Portable Document Format (PDF). Facsimile responses will not be accepted. No phone calls will be accepted. Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is https://www.sam.gov/portal/public/SAM/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6aa0dfcecb15eba7d53b8e3e513b477f)
 
Place of Performance
Address: Fort Lee, VA and Fort Eustis, VA, Fort Lee, Virginia, 23801, United States
Zip Code: 23801
 
Record
SN04360569-W 20161231/161229233856-6aa0dfcecb15eba7d53b8e3e513b477f (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.