Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2004 FBO #0991
SOURCES SOUGHT

R -- GSA Schedule Sources Sought, Contemporary Operational Environment (COE) at National Simulations Center (NSC) for A/DCSINT Threats - Fort Leavenworth KS

Notice Date
8/11/2004
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
ACA, NRCC, Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
 
ZIP Code
66027-1417
 
Solicitation Number
W91QF4-04-T-0008
 
Response Due
8/17/2004
 
Archive Date
10/16/2004
 
Point of Contact
ROBERT KNOPP, (913) 684-1897
 
E-Mail Address
Email your questions to ACA, NRCC, Fort Leavenworth
(ROBERT.KNOPP@LEAVENWORTH.ARMY.MIL)
 
Small Business Set-Aside
N/A
 
Description
The Northern Region Contracting Center, Mission Support Division, Fort Leavenworth, KS, is seeking sources among GSA schedule contractors. The service requested is support to ADCSINT Threats for Contemporary Operational Environment (COE) at the Nati onal Simulations Center (NSC). The contractor shall provide support for ADCSINT Threats by representing them as a liaison providing support to NSC in its efforts to replicate the COE in models and simulations relative to Threats issues. The tasks are rel ated to planning, evaluation, analysis and requests for information regarding models and simulations incorporation of COE by NSC. Tasks include but are not limited to Reviewing and becoming familiar with existing COE assessment baseline documents; develop a plan and analyze NSC current and project COE compliance; respond to requests for information pertaining to COE replication from NSC; serve as primary liaison between ADCSINT Threats and NSC for the Army Constructive Training Federation (ACTF); attend, as COE subject matter expert ACTF VV&A events; review and recommend input about the COE for ACTF development documents; prepare prod ucts, to include briefings; visit/coordinate/interact and participate in meetings etc. related to the tasks assigned; and retain, file and enter into a bibliographic database all source materials. All interested contractors will have to address on the their proposal in response to the formal Request for Proposal (RFP), when distributed, all areas of their expertise listed in this requirement. The contractor personnel team shall have The following ex pertise: - Required qualifications of contractor personnel: experienced in/knowledgeable of the simulation development process; VV&A experience as related to constructive models; operational and tactical knowledge of military operations; computer experience with co mpatible personal computer hardware / software; and possess a SECRET or higher clearance. - Desired qualifications of contractor personnel: Masters degree, preferably in political science or history; Computer Science Degree; and strong research and analytical skills. This is a new requirement. The complete requirements will be included in the Statement of Work (SOW) issued with the Request for Proposal, which will be provided to all qualified respondents. The Federal Supply Classification (FSC) code for this project is R412, NAICS code is 541690, and SIC code is 8748. The contractor shall provide management and daily oversight of their personnel in support of ADCSINT Threats and NSC onsite requirements. All responses will be considered for inclusion in the distribution list and must include proof of the ability to provide Military Model & Simulations Analyst support to ADCSINT Threats and NSC, including performance information and references on the contra ctors abilities. The response should also provide GSA schedule information. RFP responses will include contract labor categories and rates for this service. All responses must include company name, address, POC, phone number, fax number, email address, business size, taxpayer identification number, DUNS number and CAGE code. All contractors must be registered in the Central Contractor Registration at http://www.ccr.dlis.dla.mil/ccr/scripts/index.html. All responses must be received no later than 4:00 p .m. CST, on 17 AUG 04. All appropriately supported responses will be provided the RFP and SOW for preparation and submission of a proposal.
 
Place of Performance
Address: ACA, NRCC, Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
Zip Code: 66027-1417
Country: US
 
Record
SN00641579-W 20040813/040811212406 (fbodaily.com)
 
Source
FedBizOpps.gov 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.