SOURCES SOUGHT
R -- Joint Program Office (JPO) Support Services for the Joint Test and Evaluation (JT&E) Program
- Notice Date
- 6/3/2010
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- USACE ITL, GSL, EL, CHL, Vicksburg, 3909 HALLS FERRY ROAD, VICKSBURG, MS 39180-6199
- ZIP Code
- 39180-6199
- Solicitation Number
- W912HZ-10-A-JTE1
- Response Due
- 6/18/2010
- Archive Date
- 8/17/2010
- Point of Contact
- Trudy H. James, 601-634-4686
- E-Mail Address
-
USACE ITL, GSL, EL, CHL, Vicksburg
(trudy.h.james@usace.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This SOURCES SOUGHT NOTICE is issued by The U.S. Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Contracting Office, Joint Test and Evaluation (JT&E) Program, Vicksburg, MS to determine industry interest in the Joint Program Office (JPO) Support Services to the JT&E Program described herein. This IS NOT A REQUEST FOR PROPOSAL, but is a market research tool in accordance with FAR Part 10. The information obtained from responses to this notice may be utilized in development of an acquisition strategy and future solicitation. USACE ERDC is considering a firm-fixed price (FFP) acquisition utilizing 8(a) competitive procedures and oral presentations; however the current capabilities of industry must be confirmed. As such, all eligible large and small businesses are encouraged to respond. Respondents WILL NOT be notified of the results of this sources sought survey. The Government is not obligated to and will not pay for any information received from potential sources as a result of this source sought notice. Any resultant solicitation will be posted on www.fedbizopps.gov. It is the respondents responsibility to monitor this site for the release of future related synopsis or solicitation. BACKGROUND: ERDC Contracting Office is gathering data to develop an acquisition strategy/plan for the competitive acquisition of JPO Support Services. The current contract, W91C9G-06-C-0001, with Advanced Systems Technology and Management, Inc. is in its third option year with the fourth option year ending in September 2011 and a total estimated value of approximately $36M. The purpose of the JT&E Program is to develop and test, in an operational environment, methods for warfighters to accomplish their missions more effectively with todays equipment, organizations, and doctrine. The JT&E Program brings two or more military departments or other components together to accomplish one or more of the following objectives: (a) Assess Service system interoperability in joint operations; (b) Evaluate joint technical and operational concepts and recommend improvements; (c) Validate testing methodologies that have joint applications; (d) Improve modeling and simulation (M&S) validity with field exercise data; (e) Increase joint mission capability, using quantitative data for analysis; (f) Provide feedback to the acquisition and joint operations communities; and (g) Improve joint tactics, techniques, and procedures (TTP). The JT&E Program is responsible for providing or obtaining technical and engineering support across the range of test activities. Generally, these test activities include test design, planning/execution, and reporting. Specific activities include: testing, engineering, and planning; M&S; training, programming, and data collection and analysis; hardware and software configuration; software, programming, integrated logistics support, and resource and program control; and development of briefings, test results, and technical reports. SUPPORT REQUIREMENT: The contract requirement encompasses support to the JPO providing program advisory and assistance services in management, oversight, and execution of the entire JT&E Program. The JPO is responsible for the following: 1) program and task level engineering, 2) test, 3) analysis, 4) management, 5) training, 6) logistical, 7) security, 8) Information technology and 9) administrative support. This effort requires technical, engineering, administrative, and management support for conducting the Senior Advisory Council (SAC), Executive Steering Group (ESG), Technical Advisory Board (TAB),Planning Committee (PC), and Quick Reaction Test (QRT) Working Group as well as the execution of their functions, in the project review and approval process, their reviews of the ongoing projects, new nominations, feasibility studies, quick reaction tests and chartered joint tests. The JPO is responsible for providing direct engineering and analysis support to individual joint tests, quick reaction tests and joint feasibility studies in order to quickly execute specified JPO policy, directive, and special interest projects, as well as to represent JPO interests at specified meetings sponsored by individual JT&E activities. This office is also required to augment existing contractor support during surge operations and/or key points during normal program development and execution. The JPO has the responsibility for developing and/or delivering briefings, white papers, position papers, and issue papers, as required. The JPO requires logistics management support to include property management and inventory control. JPO requires resource management support, including preparation, maintenance, and archiving of documents, briefings, and products. Support will be required primarily at the JT&E Program Managers office in Alexandria, VA, JT&E Suffolk Office in Suffolk, VA, the JT&E Deputy Program Managers office in Vicksburg, MS. The anticipated period of performance is a base of one year with four one year options commencing in September 2011. Note: If set aside, Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting, will apply and at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the prime contractor. INFORMATION REQUESTED TO BE SUBMITTED IN RESPONSE TO THIS SOURCES SOUGHT: Interested sources shall provide the following information: 1.Company name, address, point of contact (to include phone number and e-mail address), CAGE Code, Data Universal Numbering System (DUNS) number, NAICS Code(s), and socio-economic size status. 2.Briefly describe your companys primary business line(s) and capability to provide a proposal for the JPO Support Services Requirement. 3.Support includes the need for qualified and experienced personnel. Identify your companys ability to provide qualified resources while in compliance with the Limitations of Subcontracting FAR clause. Provide a description of any subcontracting, joint ventures or teaming arrangements that may be pursued. 4.Demonstrate your companys capability by providing recent (i.e., within the last 5 years) and relevant (i.e. size, scope, complexity) past performance history for federal, state, and local governments or commercial contracts. Information shall include the contract type, total dollar value and name/phone of a customer point of contact for each contract. 5.NAICS Code 541611 has a size standard of $7.0M. Documentation of current 8(a), HUBZone SB, SDVOSB, or SB status such as SBA certification letter or other evidence. (For more information on the definition or requirements, refer to http://www.sba.gov) 6.Please provide any company literature (free to the public) on the services provided for logistical support. Total submission shall not exceed 10 single-sided, 8 X 11 pages in length. Interested sources shall respond to this notice no later than 02:00 PM (CST), 18 June 2010. Submissions shall be made via e-mail to: Trudy H. James, Contract Specialist, at Trudy.H.James@usace.army.mil (primary) or Phoebe V. Fuller, Contract Specialist at Phoebe.V.Fuller@usace.army.mil (alternate) or by mail ERDC Contracting Office, Attention: Trudy James, 3909 Halls Ferry Road, Bldg. 1003, Vicksburg, MS 39180-6199 In order to provide efficient and effective responses, any questions shall be submitted in writing via the aforementioned e-mail addresses. Answers to questions will not be provided by telephone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/329/W912HZ-10-A-JTE1/listing.html)
- Place of Performance
- Address: ERDC Contracting Office, JT&E Office, Vicksburg MS 3909 HALLS FERRY ROAD, VICKSBURG MS
- Zip Code: 39180-6199
- Zip Code: 39180-6199
- Record
- SN02168064-W 20100605/100603235701-9200e03c2f3926e5e89efe0b99bfb999 (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 |