Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2010 FBO #3008
SOURCES SOUGHT

D -- Fort Lee, VA Command Post Exercise - Sustainment (CPX-S) Contractor Support

Notice Date
2/16/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Fort Eustis Contracting Center (W911S0), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W26AEH039CPXS1
 
Response Due
3/2/2010
 
Archive Date
5/1/2010
 
Point of Contact
Richard Downs, 7578782800x2225
 
E-Mail Address
Fort Eustis Contracting Center (W911S0)
(richard.downs@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Small Business Sources Sought and Request For Information (RFI): This is a request for information and a sources sought announcement seeking only qualified small businesses in order to determine small business participation and learn about industry practices and other relevant industry information. The Mission and Installation Contracting Command Center - Fort Eustis has a requirement for Command Post Exercise Sustainment (CPX-S) Contractor Support at Fort Lee, VA. This requirement has and continues to be performed by Tapestry Solutions, Inc. The contract is anticipated for one (1) year with four 1-year option periods. The period of performance will be 1 July 2010 to 30 June 2011 for the base period. There will be no phase-in period. Interested companies must be capable of starting immediately and be ready to conduct an exercise 90 days after start of contract. The requirement includes providing contractor support to the Combined Arms Support Command (CASCOM) for exercise planning and support for three Command Post Exercises at Fort Lee and other locations as required. This support includes the use of the Battle Command Sustainment Support System (BCS3) and the Joint Deployment and Logistics Model (JDLM) training simulation to meet CPX-S objectives. The support provides simulation exercises and ensures that CPX-S participants obtain full and comprehensive knowledge of the use, capabilities, and limitations of the Combat Service Support Command, Control, Communications, Computers and Intelligence (CSS C4I) system, with BCS3 as the centerpiece, as used to conduct distribution management and other sustainment functions. Interested parties shall have a demonstrated ability to provide instruction to designated personnel on the use of JDLM and BCS3 to drive specific training objectives, to include current functions of BCS3 and assisting the CASCOM staff with developing Tactics, Techniques and Procedures (TTP) for its use during the CPX-S. Interested parties shall also have a demonstrated knowledge of Command and Control (C2) at the Corps and Division level. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential 8(a) SDB and other small business firms capable of providing the services described herein prior to finalizing the method of acquisition and issuance of a Request for Proposal. The NAICS contemplated for this requirement is 541511 with a size standard of $25M. The incumbent contractor is Tapestry Solutions, San Diego, CA under contract W912SU-04-D-0006, Task Order 53. It is the Governments intention to make this acquisition a small business set-aside at a minimum; however, the current capabilities of industry must be confirmed. As such, only small businesses may respond to this Sources Sought by providing a capability statement. However, any business is encourage to respond to the Request for Information (RFI) portion of this announcement. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. ANTICIPATED PERIOD OF PERFORMANCE Base Period 1 July 2010 30 June 2011 (12 mo) Option Period I 1 July 2011 30 June 2012 (12 mo) Option Period II 1 July 2012 30 June 2013 (12 mo) Option Period III 1 July 2013 30 June 2014 (12 mo) Option Period IV 1 July 2014 30 June 2015 (12 mo) The Contract Type is anticipated to be a Firm Fixed Price (FFP). The majority of services will be performed at Fort Lee, VA. There may be a requirement to conduct contractor support at other locations during an exercise. PART I Capabilities Packages It is requested that interested small businesses submit a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in this Sources Sought notice. A generic capability statement is not acceptable. Please review carefully the requirements listed below. Your documentation must address, at a minimum, the following: (1) title of the Sources Sought you are applying to; (2) company profile to include number of employees, revenue for the last 3 years, office location(s), DUNS number, CAGE Code, and a statement regarding current small/large business status and certification of 8(a) status and/or other small business status (i.e. VOSB, SDVOSB, WOSB, SDB, and HUB Zone); (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, 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; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the installation specified; (5) management approach to staffing this effort with qualified personnel; (6) statement regarding capability to meet surge demand; (7) companys ability to begin performance upon contract award. PART II Market Research Questions (there is no page limit to this portion of response). Answers to the questions will be accepted from interested parties of all sizes and is not restricted to small business concerns. 1. What information and workload data is necessary to adequately scope the requirement as a Firm Fixed Price (FFP) effort? 2. What risks do you foresee in utilizing a FFP contract and how would you recommend mitigating these risks? 3. Would you consider this acquisition a commercial service as defined in FAR Part 2.101? What portions of the requirement would you consider non-commercial? 4. Provide any other applicable comments or recommendations not addressed above. The capability statement package and market research responses shall be sent to MAJ Richard Downs, Contract Specialist, Mission and Installation Contracting Center Fort Eustis, 2746 Harrison Loop, Fort Eustis, VA 23604 or by email (preferred) to richard.downs@conus.army.mil. Submissions must be received at the office cited no later than 4:00 p.m. (Eastern Standard Time) on 2 March 2010. Questions or comments regarding this notice may be addressed to MAJ Richard Downs at 757-878-2800 ext. 2225 or via email at richard.downs@conus.army.mil All responses must include the following information: Company Name; Company Address; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df8bdebded9c773195a17b9e54950dce)
 
Place of Performance
Address: Fort Eustis Contracting Center (W911S0) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN02065864-W 20100218/100216234425-df8bdebded9c773195a17b9e54950dce (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.