Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2012 FBO #3829
SOURCES SOUGHT

99 -- US Army TRADOC - AWG Operations Support

Notice Date
5/17/2012
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 2798, Fort Eustis, VA 23604-5538
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-12-AWGOPS
 
Response Due
5/29/2012
 
Archive Date
7/28/2012
 
Point of Contact
Michael Adams, 7578783166
 
E-Mail Address
MICC Center - Fort Eustis (Joint Base Langley-Eustis)
(michael.o.adams@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought announcement seeking only Small Business responses in order to determine Small Business Participation in this acquisition. As described below, the Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure services to support the U.S. Army TRADOC Asymmetric Warfare Group (AWG) operations located mainly at Fort Meade, MD and Fort A.P. Hill, VA. The AWG provides observation, analysis, training, and advisory support to Army and Joint Force units in order to enhance their capabilities to predict, mitigate, counter, and defeat asymmetric threats and methods. The goal of AWG is to improve the AW capabilities of the U.S. Army at the operational and tactical levels throughout the full spectrum of conflict. AWG enhances the capabilities of U.S. units by making them faster and more adept at identifying and attacking enemy vulnerabilities, and by preparing them for a broader spectrum of threats. The AWG mission includes: (a)Serving as experts in Asymmetric Warfare (AW). (b)Providing direct support to the Joint Improvised Explosive Device Defeat Organization (JIEDDO). (c)Conducting predictive modeling and trend analyses concerning global asymmetric threats. (d)Conducting trend analyses and producing predictive models on specific threats confronting supported units. (e)Deploying, integrating, coordinating, and executing battle command of assigned and attached forces. (f)Assisting supported combatant commanders to develop and maintain the AW Joint Common Operational Picture (JCOP). (g)Conducting advisory Continental United States (CONUS) and Outside Continental United States (OCONUS) training for in-theater or pre-deployment forces. (h)Supporting identification, development, and accelerated integration of lessons-learned, TTPs, and countermeasure technologies. (i)Establishing linkages with all internal, combatant command, and national intelligence agencies, as well as intelligence sources and centers. Qualified sources shall assist TRADOC by providing support in the following areas: Headquarters. The Contractor shall support AWG Headquarters operations to include: Command Section support, Special Staff support, Staff Liaison support, Intelligence support, Operations & Training support, Resource Management support, Acquisition support, Logistics support, and Information Management (IM)/Information Technology (IT) support. Contractor analysts shall assist the AWG in conducting trend analysis, prepare predictive models for supported organizations, and support Operations and Intelligence analysis. The Contractor shall support the Group Headquarters and Headquarters Detachment (HHD) by providing supply and maintenance support, including weapons storage and maintenance. The Contractor shall support AWG integration of non-material and material solutions. Operations Squadrons. The contractor shall provide operational and tactical advisory assistance and to observe threat tactics and techniques in direct support to Army and Joint Force Commanders. The AWG has two operational squadrons, each composed of a headquarters element and four Troops. The Squadron headquarters plans, coordinates, synchronizes, and trains deployable elements (Troop or Field Team) based on specific operational mission requirements. As required, the Squadron headquarters may deploy to provide mission command over a specific mission. Training, Advisor and Assessment Squadron. The Contractor shall provide the expertise and support to analyze the intelligence and operational TTPs, provide training and material solution inter-relationships, support the AWG Recruitment, Assessment, Selection, and Training (RAST) program (including psychological services), and articulate an overarching strategy to combat asymmetric threats. Concepts Integration Squadron The Contractor shall provide AW expertise and assistance to support the Concepts Integration Squadron's analyses of ongoing operations to identify asymmetric gaps and capabilities and disseminate the information to AWG Government personnel and ICW AWG Government personnel, other joint military operations. AWG Facilities at Fort A.P. Hill. The Contractor shall support Fort A.P. Hill AWG facilities by providing range training and maintenance and medical training and support. The designated NAICS code is 541690 - Other Scientific and Technical Consulting Services, with a size standard of $14.0 million. Your response shall include the following information: a) Size and designation of the company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.) b) Number of employees c) Average revenue for the last three years d) Resources to include your company's growth capabilities and established line of credit. e) Your company's capability to do this type of work including: communication of technical expertise, capability, and capacity including similar, relevant and recent (three years or less) performance. Capabilities mush be presented in sufficient detail for the Government to determine your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses shall not exceed five (5) pages. It is imperative that businesses responding to this sources sought notice articulate their capabilities clearly and adequately. Industry input is also requested on the DRAFT PWS that is attached. Questions and/or feedback related to the PWS MUST be submitted as a separate document. Please send your responses to MICC-Fort Eustis by 5:00pm EDT, 29 May, 2012. Email submissions are required and shall be sent to Michael Adams (michael.o.adams.civ@mail.mil) and LaTanya Johnson (latanya.e.johnson.civ@mail.mil). IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE and all interested parties shall respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/40cc3bd36eadc1e4ecbec707aef431aa)
 
Place of Performance
Address: MICC Center - Fort Eustis (Joint Base Langley-Eustis) Building 2798, Fort Eustis VA
Zip Code: 23604-5538
 
Record
SN02750939-W 20120519/120518000244-40cc3bd36eadc1e4ecbec707aef431aa (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.