SOURCES SOUGHT
U -- Pre-Mission Training Support Services
- Notice Date
- 2/17/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- H92239-12-SS-UT01
- Archive Date
- 3/22/2012
- Point of Contact
- Umetria Thomas, Fax: 910-432-9345
- E-Mail Address
-
umetria.thomas@soc.mil
(umetria.thomas@soc.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A NOTICE OF SOLICITATION ISSUANCE, BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation or commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC), Acquisitions and Contracting Office, is seeking to identify sources capable of providing Army Special Operation Forces (ARSOF) Foreign Internal Defense (FID) and Village Stability Operations (VSO) in support of PreMission Training Requirements. This capability shall consist of facilities, labor, supervision (of contractor personnel), and materials to train US Military in Counterinsurgency and Counter Improvised Explosive Device training in a hyper-realistic training environment. The facilities should be capable of simulating a realistic Afghan environment (i.e. villages, markets, compounds, etc.) and terrain that will be encountered in Operation Enduring Freedom (OEF) rotations. Interested sources should, at a minimum, be able to provide mock villages, role players, and facilitate various training exercises and scenarios. Facility and support requirements include, but are not limited to, the following: 1. Must be within 200 Miles of Fort Bliss TX, to allow doctrinal support to Village Stability Staging Areas (VSSA), and Special Operations Task Force (SOTF) and Advance Operating Base (AOB). 2. Must be able to support up to seven simulated villages operations, to include a safe house to exercise emergency evacuation plans. 3. Must allow for the occupation of villages for at least 24hrs and up to seven days. 4. Must have the capacity to support at least seven Operational Detachments (Alpha) (ODA) at a time, and have the ability to establish a Patrol Base prior to staggered infiltration into the villages. 6. Facility must support Afghan cultural daily sub-tribal connection encounters in Afghanistan. 7. Facility must have the ability to record various training events for After Action Reports (AAR) separate from the recording of VSO scenarios. 8. The sites must allow the emplacement of improvised explosive device (IED) lanes throughout VSO sites. 9. The VSO site must consider and allow replication of key events such as seasonal, cultural, religious, and other significant events; such as agricultural harvest cycles, seasonal migrant workers, transitory insurgent fighter flow, and key historical and religious events that can affect VSO. 10. The VSO training site must have authorization of air space for resupplying of ODAs via rotary wings or fix wings military and non-standard aircrafts during day or night operations. 11. Role Players - the VSO facility must have the ability to provide a mix of role players, from language capable to non-language, female and male, with different types of uniforms and all must be familiar with the Afghan culture. These role players must have the capability to present ODA members with a convincing performance IAW the script and guidance provided by the government. 12. Service and support during the VSO training event: Role Players and ODA members will require food and water during each training event exercises. Interested sources must be able to provide Afghan cultural meals for up to twelve Soldiers and the role players for the duration of the VSO training events. 13. The facilities shall be capable of providing billeting and class rooms. All billeting and classroom buildings must have electricity, running water, and sewage. Interested parties are requested to submit a capabilities statement that clearly demonstrates their capabilities to provide the facilities and support services as described above. The capabilities statement should not exceed 15 pages and must provide a summary of relevant experience and knowledge that addresses the entire scope of work. The statement should also include substantive current and/or recent past performance references that identify the contract number, customer, contract value, type of contract, period of performance, prime or subcontractor designation, a brief description of the services, and the Contracting Officer/ Contracting Officer's Representative's (COR's) name, email address, and phone number. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. DO NOT SUBMIT CLASSIFIED MATERIAL. The anticipated North American Industry Classification Standards (NAICS) is 541990, All other Professional, Scientific, and Technical Services with a size standard of $7.0M. Contractors interested in performing these services should be registered in Central Contractor Registration (www.ccr.gov). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, business size (whether they are a large, small, small-disadvantaged, 8(a), HUBZone, woman-owned, Service-Disabled Veteran Owned Small Business, historically black college or university and/or minority service institute), address, and a point of contact. Please also advise the government of pending changes in the business size status. In addition, respondents shall provide average annual revenues for the past 3 years and number of employees; affiliate information: parent company, joint venture partners, potential teaming partners; and additional documentation such as company literature and brochures. Responses shall be submitted electronically via email to umetria.thomas@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 3:00 PM on Wednesday, March 7th, 2012. For information regarding this notice, contact Ms. Umetria Thomas via email at the address above. Failure to respond to this RFI does not preclude participation in any future associated solicitations that may be issued. Respondents will NOT be notified of the results. Respondents are cautioned that due to file size limitations and e-mail security protocols, there is a risk that not all correspondence will be received by this office. It is the offerors responsibility to ensure receipt of all e-mail and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the Contract Office at 910-432-8598.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-12-SS-UT01/listing.html)
- Record
- SN02678211-W 20120219/120217234541-4ceed287517864dac01bbe19a63739df (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 |