SOURCES SOUGHT
R -- Concept Development and Prototype Experimentation Support Sources Sought
- Notice Date
- 6/7/2012
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- MICC - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF412R0022
- Response Due
- 8/9/2012
- Archive Date
- 10/8/2012
- Point of Contact
- Ruth 'Nickey' Brown, 913-684-1615
- E-Mail Address
-
MICC - Fort Leavenworth
(ruth.nicole.brown@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Concept Development and Prototype Experimentation Support Sources Sought Small Business Sources Sought: This is a sources sought announcement only seeking small business responses in order to determine small business participation in this acquisition. The Mission and Installation Contracting Command - Fort Leavenworth is seeking information from small business sources that can provide expertise and services to support the Mission Command Battle Lab (MCBL), Fort Leavenworth, Kansas. The primary objective of this procurement is to acquire services to the Mission Command Battle Lab in support of its mission to conduct mission command concept development and prototype experimentation tasks associated with MCBL's support of the HQ TRADOC ArCP program. The ArCP has a core function of experimentation that identifies and verifies acceptable solutions for required changes in doctrine, organization, training, materiel, leadership and education, personnel, and facilities (DOTMLPF). The ArCP specifies learning objectives (LOs)/learning demands (LDs) in support of top-down guidance and bottom-up innovation. Army experiments will include all relevant organizations - within TRADOC and across the Army, the Department of Defense (DoD), industry, and academia - that collaboratively plan, prepare, execute, and assess concept development and experimentation (CDE) to address the Army's critical learning demands. The Combined Arms Center (CAC) employs the MCBL as the experimentation executor and responsible agent for the development of the future corps, division, and mission command requirements. The government anticipates a single award IDIQ contract with subsequent firm fixed price task orders. The Period of Performance shall be no more the 3 years (base period (12 months) plus two 12-month options). Scope of the Requirement: The contractor shall provide program management, technical and analytical skills in support of ArCP assigned MCBL learning objectives/demands as prescribed in ARCIC regulations and guidance which typically have long lead times as well as short term requirements that are measurable in months or less. The contractor shall provide a skilled workforce to conduct all tasks related to experimentation: planning, preparing, executing, analyzing and documenting. The contractor shall provide a sustainable integrated network, mission command system (C2 and collaboration), and simulation capability that is DIACAP compliant with the ability to surge technical capability as required to meet experimentation requirements. The contractor shall visit, coordinate and interact with MCBL customers or resources to gather information required to plan, prepare, execute, analyze and document MCBL Experiments. In accordance with the ArCP, the contractor shall conduct background research including identifying constraints, limitations and assumptions that support the development of experiment proposals for the assigned MCBL learning demands. The contractor shall develop analytical metrics down to data requirement level for approved study issues, essential elements of analysis (EEAs), and measure of merit (MOM) level detailing the type and resolution of information required. The contractor shall recommend the appropriate experiment venue, analytical approach, threat conditions, and scenario requirements for each experiment. Contractor responsibilities include planning, coordinating, preparing, executing, and documenting experiments in support of Joint Concept Technology Demonstrations (JCTD), Advanced Technology Demonstrations (ATD), Army Technology Objectives (ATO), Army Capabilities Integration Center (ARCIC) Campaign Plan (ArCP) experiments and experiments in support of the Mission Command Center of Excellence (MC COE) and other Department of Defense (DoD) organizations as required at the task order level. The contractor shall plan each experiment to meet experimental objectives and identify appropriate resources. The process is documented in the MCBL Experimentation Guide. Each experiment requires a comprehensive report with briefing requirements throughout the Department of Defense. Examples of DoD experiments to be supported by the contractor include, but are not limited to: 1) Gain and Maintain Operational Access (GAMOA) 2012; 2) Simulation to Mission Command Interoperability (SIMCI) (On-going); 3) ARCIC Technology Information Exchanges (On-going); 4) Other experiments as required in support of informing Army Warfighter Challenges (AWFCs) (MCBL anticipates conducting/supporting between 25 - 30 experiments/events per year); and 5) Build and Prepare 2012. Below is a summary of the tasks required: 1. Program Management: The contractor shall provide program management to ensure efficient and effective accomplishment of all work detailed in this PWS, and at the task order level. Contractor shall summarize significant events and findings, activities, funding concerns, performance that exceeded contract requirements, performance that failed to meet contract requirements and corrective actions in Monthly Status Reports. 2. Strategic Planning and Knowledge Management Support to MCBL: The contractor shall conduct strategic planning required to plan, manage, and execute the MCBL annual program of experimentation. The contractor shall coordinate with the Mission Command Center of Excellence (MC CoE), MC CoE Capabilities Development Integration Directorate (CDID), ARCIC Community of Practice (CoP), Joint Services, Research Development Engineering Command (RDECOM), and Assistant Secretary of the Army for Acquisitions, Logistics and Technology, ASA(ALT) to promote knowledge sharing through the organization's operational business processes and systems. 3. Operational Support: The contractor shall plan, execute and analyze mission command experiments and prototype experiments to assess mission command concepts, architectures, plans, doctrine, requirement documents, and assess technical utility. The contractor shall participate in the conduct of experimentation campaign planning and preparation for major events, exercises, and experiments encompassed within the overall MCBL experimentation plan. The contractor shall participate in the preparation and execution of planning events, experiments, workshops and seminar which includes event direction, administration, player, and analytical roles for contractor staff. 4. Scenario Support: The contractor shall update the TRADOC standard operational scenario based on the Defense Planning Scenario chosen for the FY Campaign of Learning in accordance with the experimentation scenario requirements for the main SIMEX as stated in Table 1. The development of the version of the operational scenario shall be IAW a scenario derived from a Defense Planning Scenario (DPS) that is TRADOC approved that will be modeled in a simulation. The contractor shall, with Project Lead and members of the Community of Practice, begin the process of developing MSEL threads and inject. The contractor shall develop and execute a Starting Conditions Workshop, in conjunction with the project lead and members of the Community of Practice. The contractor shall support the execution of the simulation experiment by providing Scenario critical tasks and functions. The contractor shall participate in developing additional scenario products for workshops / seminars / technology limited objective scenario support. 5. Technical Support: The contractor shall participate in developing and supporting program / system experiments, tests, exercises, demonstrations, and other projects or initiatives generated by design or as a result of planned MCBL experiments, tests, exercises, demonstrations or other projects. The Contractor shall provide the appropriate engineering and technical skills to perform network integration, development, and engineering services to enable MCBL experimentation. The Contractor shall provide technical support and execute LAN/WAN installation, configuration, operation, troubleshooting, monitoring, and maintenance of all networks within MCBL's Futures Lab facilities. The Contractor shall provide the appropriate engineering and technical skills to perform mission command (C2 and Collaboration) system integration, development, and engineering services to enable MCBL experimentation. The contractor shall participate in software installation, integration, operation, restoration, backup, and maintenance of necessary mission command (C2 and Collaboration) software to successfully conduct experiments, tests, exercises, demonstrations, or other projects supporting MCBL mission objectives. The contractor shall coordinate for and/or provide initial user orientation in the use of mission command (C2 and collaboration) software / equipment and support users during MCBL experiments, tests, demonstrations, or exercises. This requires the Contractor personnel to maintain expertise in using current and emerging mission command software. The Contractor shall provide the appropriate engineering and technical skills to perform models and simulation integration, development, and engineering services to enable MCBL experimentation. The Contractor shall trouble-shoot simulation software and hardware for the virtual and constructive simulations and simulators used by the MCBL. The Contractor shall create or modify capabilities and parameters of simulators and simulations, including performance, environment, visual, sensor, and other characteristics as required to demonstrate and assess experiment related capability for the virtual and constructive simulations used by the MCBL. The Contractor shall provide support to the development, modification, and management of simulation terrain databases for the virtual and constructive simulations and simulators used by the MCBL utilizing hardware and software terrain development tools provided by the Government. The contractor shall develop and submit for government approval an information assurance program that ensures that MCBL Futures Laboratory information technology (IT) local area networks (LANs) are in compliance with Department of Defense regulations governing accreditation and certification. The Contractor shall serve as the subject matter expert on matters pertaining to the accreditation status of the MCBL Futures Laboratory's LANs. The contractor shall provide a systems administrator support to execute the MCBL Information Assurance Security Officer (IASO) delegated duties. Duties shall include: coordinate and ensure that all MCBL computers, routers, and other digital equipment, as well as procedures and documentation meet the necessary requirements and specifications for accreditation of the experimentation network with both the classified and unclassified domains; coordinate efforts with the MCBL IASO to ensure AR 25-2 and DIACAP compliance and the security of the experimentation network(s); and assist the MCBL IASO in the performance of his duties as specified in AR 25-2. The designated NAICS Code is 541690, Other Scientific and Technical Consulting Services, size standard is $14.0M. No decision has yet been made regarding the small business strategy for this contract. Small business is advised that FAR 52.219-14, Limitations on Subcontracting, would apply wherein at least 50 percent of the work must be performed by the small business prime contractor alone. Small businesses wishing to influence the Contracting Officer's decision regarding small business set-asides are urged to respond to this announcement. Your brief capabilities statement package (no more than 10 pages, single spaced, 12 point font size) shall demonstrate your company's ability to perform the services listed above. A generic capability statement is not acceptable. Please review the requirements listed below carefully. This documentation must address, at a minimum, the following: (1) company profile to include number of employees, annual revenue history (last 3 years), office location(s), DUNS/CAGE Code number, and a statement regarding current business status; (2) capability of providing a team composition that can support the entire scope of this contract effort with sufficient depth to perform tasks of varying complexity while performing at least 50 percent of the work; (3) capability of providing qualified and experienced personnel; (4) capability to begin performance upon contract award; and (5) capability to respond to and fulfill multiple, highly technical task order requests on short notice. The capabilities statement package should be sent via e-mail to: ruth.nicole.brown4.civ@mail.mil by 18 June 2012 / 09:00 AM CDT. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing at this website. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with FAR 52.204-7, Central Contractor Registration; lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. Additionally, in accordance with Federal Acquisition Regulations (FAR) 52.204-8, Annual Representations and Certifications, offerors are also reminded to register with Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. Any information provided by industry to the Government as a result of this notice or any follow-up information requested is voluntary and shall be treated as confidential. No reimbursement will be made for any costs associated with this or future requests. Market Research Questions - For ALL Business Types For all business types: A response to this notice should include an emailed response to the following Market Research Questions. 1. Please provide the following company specific information: a. Your Data Universal Numbering System (DUNS) number and Commercial And Government Entity (CAGE) code; b. A brief description of your company's business size and status (i.e., HUBZone, woman/veteran/service disabled veteran/native American/minority-owned); c. A point of contact (POC) name, telephone number, and e-mail address. 2. Market research questions: a. Following contract award, what transition period would be adequate prior to start of work? b. The Government anticipates issuing Requests for Proposals using a Performance Work Statement (PWS). What risks do you foresee with this approach and how would you mitigate those risks? c. The Government anticipates issuing the first Request for Task Order Proposal (RFTOP) concurrently with the base contract solicitation. This RFTOP would also serve as the minimum guarantee. What risks do you foresee with this approach and how would you mitigate these risks? d. Are the identified services of a type customarily available in the commercial marketplace? Please explain. e. Identify any opportunities for supporting socio-economic programs other than small business. 3. North American Industry Classification Systems (NAICS) code is 541690, Other Scientific and Technical Consulting Services (small business size standard of $14.0M), has been determined appropriate for this acquisition and FAR 52.219-14, Limitations on Subcontracting, applies wherein at least 50 percent of the work must be performed by the small business prime contractor alone. If your company qualifies as a small business as defined under this NAICS code, please respond to these additional questions: a. Can your company provide a team composed of a sufficient number of large and small subcontractors to perform this contract in an efficient, cost effective manner while meeting contract requirements? Please explain. b. Is your company capable of providing a team composition that can support the entire scope of this contract effort with sufficient depth to perform a variety of tasks of varying complexity while performing at least 50 percent of the work? Please explain. c. Specifically, is your company capable of providing non-personal services for the areas mentioned in this notice? If so, what is your experience with Government contracts of this scope? d. Indentify if your participation is based on a Joint Venture or Teaming Agreement, and that you understand the limitations that may be applied by the size standard to such entities. 4. Please provide any other applicable comments or recommendations not addressed in the foregoing. 3. The Government is requesting you be succinct and limit your market research response (separate document from capabilities statement) to no more than 10 pages, single spaced, 12 point font size. Please submit your response electronically via e-mail by 18 June 2012 / 09:00 AM CDT to: ruth.n.brown4.civ@mail.mil. We appreciate your participation and input.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6a0fbc57f0321cef99b962d9b8dc4fa6)
- Place of Performance
- Address: MICC - Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS
- Zip Code: 66027-1417
- Zip Code: 66027-1417
- Record
- SN02769226-W 20120609/120607235618-6a0fbc57f0321cef99b962d9b8dc4fa6 (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 |