Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
SOLICITATION NOTICE

R -- FORSCOM COMET Services - Performance Work Statement (Draft)

Notice Date
3/22/2017
 
Notice Type
Cancellation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bragg, Installation Contracting Office, Drawer 70120, Fort Bragg, North Carolina, 28307-0120, United States
 
ZIP Code
28307-0120
 
Solicitation Number
W91247-17-R-0194
 
Point of Contact
Guy K. Brooks, Phone: 9104329847, Ambre Wallitsch, Phone: 910-396-4818
 
E-Mail Address
guy.k.brooks.civ@mail.mil, ambre.d.wallitsch.civ@mail.mil
(guy.k.brooks.civ@mail.mil, ambre.d.wallitsch.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement SOURCES SOUGHT FOR SERVICES United States Army Forces Command (FORSCOM) Command Maintenance Evaluation and Training (COMET) Services INTRODUCTION The Mission and Installation Contracting Command Center - Fort Bragg (MICC-FB) 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 the United States Army Forces Command (FORSCOM) Command Maintenance, Evaluation, and Training (COMET) Services requirement. 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. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor Aberdeen Proving Ground, MD 100% 10% Fort Bliss, TX 100% 10% Fort Bragg, NC 100% 10% Fort Campbell, KY 100% 10% Fort Carson, CO 100% 10% Fort Hood, TX 100% 10% Fort Irwin, CA 100% 10% Fort Polk, LA 100% 10% Fort Riley, KS 100% 10% Fort Stewart, GA 100% 10% Joint Base Lewis-McChord, WA 100% 10% DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP), REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB)" 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR 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." PROGRAM BACKGROUND FORSCOM, is designated as the proponent of COMET program. In accordance with (IAW) these assignments, the COMET program provides Army Division and Corps organizations with logistics expertise and training to improve soldier forces with capabilities in support of the National Security and Defense. FORSCOM's mission is to prepare conventional forces to provide a sustained flow of trained and ready land power to Combatant Commanders in defense of the Nation at home and abroad. COMET mission is to provide each Corps and Division Commanding General an evaluation and assistance team which assists in meeting Army objectives for deployment and provides logistics expertise with effective and responsive independent logistics assistance, training, and assessments that improve combat effectiveness, readiness and efficiencies. REQUIRED CAPABILITIES The Contractor shall provide an evaluation and assistance team to assist in meeting Army objectives for deployment and to provide an independent assessment of logistics, logistics training, and equipment readiness along with corrective solutions to systemic problems. The focus of the program is on unit combat readiness vice assessing commanders programs. Follow-up activities include re-assessments for selected unit activities, preparation and delivery of problem-focused training, and technical assistance services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. All contractor personnel shall have, at minimum, a SECRET clearance within 30 days of start of full performance and shall maintain the same level of security for the life of the contract. The prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance. • Service Contract Act • Government Furnished Property plan. ELIGIBILITY The applicable NAICS code for this requirement is 541614 with a Small Business Size Standard of $15,000,000. The Product Service Code is R408, Program Management Support. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) and draft Personnel Qualifications Description are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 PM, EST, April 6, 2017. All responses under this Sources Sought Notice must be e-mailed to Ambre D. Wallitsch, ambre.d.wallitsch.civ@mail.mil and Guy K. Brooks, guy.k.brooks.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of a base year plus 2 (1-year) option periods with performance commencing in September 2017. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be a Firm-Fixed Price (FFP) with a travel Cost-reimbursement Contract Line Item Number (CLIN). The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Guy K. Brooks, in either Microsoft Word or Portable Document Format (PDF), via email ambre.d.wallitsch.civ@mail.mil and guy.k.brooks.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/44dc1779526ca03c744ea34a6b478a8e)
 
Place of Performance
Address: Numerous U.S. Army location in United States (see Performance Work Statement)., Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN04443532-W 20170324/170322234438-44dc1779526ca03c744ea34a6b478a8e (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.