Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2011 FBO #3410
SOLICITATION NOTICE

U -- PEO STRI is contemplating a new multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract for a wide range of training tasks and services to support the Warfighter in OCONUS/CONUS.

Notice Date
3/25/2011
 
Notice Type
Presolicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
 
ZIP Code
32826-3276
 
Solicitation Number
W900KK-11-R-RFISERVICES
 
Response Due
4/28/2011
 
Archive Date
6/27/2011
 
Point of Contact
Patricia E. Hyland, 407-384-3754
 
E-Mail Address
PEO STRI Acquisition Center
(patricia.hyland@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION DESCRIPTION The U.S. Army Program Executive Office for Simulation, Training & Instrumentation (PEO STRI) is contemplating a new multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract for a wide range of training tasks and services to support the Warfighter. This Request for Information (RFI) solicits industry's feedback on PEO STRI's proposed acquisition approach for these performance based services which will support the Warfighters in both Outside the Continental United States (OCONUS) and Contiguous United States (CONUS) locations. The North American Industry Classification System (NAICS) Class Code is 611430 Professional and Management Development Training. The size standard is $7 million average annual receipts. All correspondence/questions on this matter should be directed to the Procuring Contracting Officer (PCO), Mrs. Patricia E. Hyland at 407-384-3754, or email patricia.hyland @us.army.mil. PROGRAM BACKROUND: OCONUS and CONUS units rely on contracted support to train and instruct U.S. military combat troops, foreign nation forces (e.g. SW Asia, etc.) and coalition forces in a variety of missions from the very fundamental tenets (literacy instruction) to war fighting skills. These demands and requests to PEO STRI for this instructional training across a varied customer base have driven the PEO to contemplate award of a multiple award contract dedicated to satisfying these customer/Warfighter services. The addition of PEO STRI's new training services contract will give the Army and our other Support Mission Customers a broader performance based service scope and increased efficiencies through competition. DISCUSSION: PEO STRI is contemplating the award of a multiple award ID/IQ contact to support a wide range of performance based training tasks and services. The contract's primary focus will be on instruction and training related tasks in support of the Warfighter OCONUS/CONUS. The WFF contract remains the primary vehicle for TADSS sustainment. The following tasks and services are contemplated to be the major part of the contract's scope: Development of instructional material Operation of instructional automated systems Training task analysis Preparation of Program of Instruction (POI) Exercise support and augmentation (training and rehearsal) Instructional support for expert systems and weapon systems Development of digital applications for Smartphones related to instructional support and training Distance Learning material Integration and Contingency Training Course Development Development and coordination of exercise scenarios Exercise role-playing support Leasing and/or purchasing of props and other exercise support equipment (ancillary purchases) Software support in database development; operating simulations; etc. Subject Matter Expertise (SME) in support of Program of Instruction (POI) and other instructional development (vice the development itself) Integration of Training Aids, Devices, Simulators and Simulations (TADSS) as part of POI and exercise development Establishment of network and training asset infrastructure Maintenance and operation of weapon systems that are dedicated as training assets Awards will be made to the selected offerors, who offer the best value to the Government. It is not expected that a large number of contracts will be awarded as a result of the Request for Proposal (RFP) that will be issued for this acquisition. The intent for this contract and supporting process is to target an efficient and effective acquisition process that provides quality services. Task orders (TO) would be awarded in accordance with FAR 16.505 - Ordering. TOs may be awarded using any of the following contract types: Firm Fixed Price, Fixed Price Incentive, Cost plus Fixed Fee, Cost, Cost plus Award Fee, Cost plus Incentive Fee, and with a minimal amount of Time and Material. It is envisioned that the majority of the TOs will be Firm Fixed Priced. Since some of the TOs may be on a cost basis, the contractors' accounting system must be capable of handling a cost contract, as well as a Government approved purchasing system. TO awardees must have a security clearance of at least secret, as some of the TOs will require access to classified information. The period of performance for the ID/IQ contract is currently planned for 10 years. REQUEST FOR INFORMATION: The Government is interested in receiving your insight on the aforementioned proposed acquisition strategy, as well as your innovative ideas for incentivizing the awardees to provide quality services at a reasonable cost. Responses are limited to 25 pages (double sided will be counted as two), single-spaced, minimum font is 12 point, Times New Roman (or equivalent). The Government will not review any pages beyond the 25-page limit. Company information should include: a) your company name, address, POC, email addresses, phone and Fax numbers, and the company's web page (if applicable); b) company capabilities and experience relative to the services and competencies (skill sets) identified above; c) identification of business size, i.e. US large or small business, service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc., and d) state whether or not your firm intends to propose as a prime contractor/team member/subcontractor. Contractors must identify their business type in relation to the North American Industry Classification System Code (NAICS) 611430 Professional and Management Development Training. Please provide your insight and the answers to the questions/comments below as well as any relevant feedback to the following individuals, NLT April 28, 2011: Procuring Contracting Officer: Patricia E. Hyland, email: patricia.hyland@us.army.mil, 407-384-3754. Jeff Simons, email: jeff.simons@us.army.mil, 407-384-3891 What metrics and/or industry standards should the Government consider to best measure contractor performance after contract award? What do you see as the risk areas associated with this effort, and how would you mitigate that risk (for example: cost control, workforce stability, working OCONUS)? Please identify any efficiency that you believe would lead to additional cost savings for this proposed acquisition while maintaining quality services. The Government is considering using a "Ramp-On/Off" clause that allows the PCO to review the ID/IQ contract to determine if additional awardees should be allowed to participate, or if due to performance issues an awardee may be ramped off. Please provide your comments to a usage of "Ramp-On/Off" clause. Please provide comments on the Government acquisition strategy as laid out above. What is your ability to quickly hire and place personnel with required security clearances, passports, visas, etc.? Do you think your company would propose for this effort as a prime contractor? If so, describe the approximate percentage of work that your company would be likely to perform as a prime contractor. Discuss feasibility in teaming arrangements or joint ventures to cover breadth of contemplated services. Please provide your comments on this strategy including how it would impact competition at the contract/TO level. Provide your innovative ideas to decrease the turnaround time in the acquisition process of TO, and change orders. Recommendations for contract competitive structure/procedures that would foster TO awards quickly. Provide your thoughts on utilizing Forward Rate Pricing Agreements (each contractor's), in lieu of a contract rate deck/table for sole source TO, and change orders. Provide your thoughts on the usage of a rate deck/table for each awardee, and how it would be updated to include new labor categories, and Department of Labor adjustments. Availability of qualified personnel as instructors (not just SMEs). Provide your recommendations for reducing "pass-through charges", and indirect cost. Based on the number of skill sets and task areas required for this effort OCONUS/CONUS (as outlined above), what do you see the role of a small business as the prime, subcontractor, teammate? Provide your comments, if any, to the (NAICS) Class Code of 611430 Professional and Management Development Training selected. Please explain how you would manage the administration of this contract. All documentation submitted shall become the property of the Government. The Government reserves the right to utilize and share with industry any information suggested, unless information is identified with proprietary or business sensitive markings and unique to your company. After reviewing industry's proposed solutions, the Government may schedule one-on-one meetings in Orlando, FL during April through July 2011 for further market research discussions. The Government is intending on holding an Industry Day sometime in May/June 2011. In accordance with FAR 52.215-3 Request for Information or Solicitation for Planning Purposes, (a) The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the FAR. (b) Your response to this RFI will be treated as information only. It shall not be used as a proposal. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK-11-R-RFISERVICES/listing.html)
 
Record
SN02409581-W 20110327/110325234613-8251c759f5e8ec201e23d8f68eb53d1c (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.