MODIFICATION
D -- Modification 04 to Sources Sought Notice
- Notice Date
- 10/3/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- NCR-ACC - WAW, 200 Stovall Street, 11TH Floor, Alexandria, VA 22331-1700
- ZIP Code
- 22331-1700
- Solicitation Number
- W91WAW-12-R-0087
- Response Due
- 10/9/2012
- Archive Date
- 12/8/2012
- Point of Contact
- Ashlie Evans, (703) 428-1213
- E-Mail Address
-
NCR-ACC - WAW
(ashlie.evans@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Modification 04 to Sources Sought W91WAW-12-R-0087 The Sources Sought posted 27 April 2012, has hereby been amended to include the following: The first ten (10) small businesses that respond to this notice via e-mail will participate in oral capability presentations for this requirement in Alexandria, Virginia date and time to be determined. Only e-mail responses will be accepted. Phone call responses will NOT be accepted. This announcement is for information and planning purposes only. It is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this announcement. The US Army Contracting Command, National Capital Region, on behalf of Army Modeling and Simulation School intend to procure Support Services. Interested small business concerns that are qualified under NAICS code 541990 with a size standard of $14,000,000.00 are encouraged to respond. Deadline date for responses to this notice is 1100hrs/11:00 AM EST on 09 October 2012. NO EXCEPTIONS. Small Businesses that are selected for the on-site presentations need to address the questions below. These questions are from the draft Performance Work Statement (PWS) that is attached. The companies will be required to submit capability packages no more than 30 pages outlining their experience in relation to the areas specified in the attached PWS no later than 1200hrs/12:00 PM EST on Friday, 12 October 2012. 1.Please provide a minimum of 2 examples explaining your experience in developing training support packages/courseware for residential and mobile institutional courses such as modeling and simulations? (3.1.6.2) 2.Please provide a minimum of 2 examples discussing your experience in planning and conducting residential and mobile institutional courses, as well as executive workshops and mini-courses in modeling and simulation? (3.1.6; 3.1.12) 3.Please provide a minimum of 2 examples discussing your experience in planning, developing, and implementing web-based learning courseware that conforms to Shareable Content Object Reference Model (SCORM) standards, as well as responding to student issues and concerns involving web-based modeling and simulations courses. This shall include where the experience was gained (ie: commercial or government) and how the tasks were accomplished. (3.1.7.1) 4.Do you have Subject Matter Experts (SMEs) with experience in Modeling and Simulation, Battle/Mission Command and Knowledge Management with the ability to conduct classes in these areas using the small group technology-based instructional methodology? (3.1.6.4; 3.1.8) 5.Do you have SME experience in conducting classes in the operational knowledge management subject area? (3.1.8) 6.Please provide a minimum of 2 examples where you have planned, designed, built, and operated a simulations training environment using modeling and simulation software programs? (3.1.6.12; 3.1.6.13; 3.1.8.3) 7.Do you have SME and experience in identifying, understanding, and recommending solutions involving modeling and simulation geospatial policy and strategy issues? (3.1.4.2) 8.Do you have subject matter expertise in analyzing and understanding Program Objective Memorandum (POM) decisions and preparing recommended input to Management Decision Evaluation Package (MDEP) and Program Evaluation Group (PEG) managers and senior military leaders in order to develop and justify POM development and funding? (3.1.1.1; 3.1.1.2) Areas or tasks where a contractor does not have prior experience should be annotated as such. If at least two qualified small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the presentations, the requirement will be solicited as a 100% set-aside for qualified small business concerns. If not, then this requirement will be solicited under full and open competitive procedures. To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Ashlie Evans for this procurement. A Firm Fixed Price (FFP) type of contract is anticipated. The anticipated period of performance will be (1) Base Year and four (4) One Year Option periods. The principal place of performance is Ft Belvoir, VA or other regions deemed essential to support the modeling and simulation mission. Contractor personnel will require a current top secret clearance. Contractors are responsible for all costs to include travel for the on-site presentations. The Government is not responsible for any costs including travel. Send e-mail notices to the POC: Ms. Ashlie Evans, at ashlie.n.evans.civ@mail.mil. All responses must be submitted to the POC by 1100hrs/11:00 AM EST on 09 October 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/28933c515155fd7b174822f2bedaf543)
- Place of Performance
- Address: Fort Belvoir, VA
- Zip Code: 22331-1700
- Zip Code: 22331-1700
- Record
- SN02907456-W 20121005/121003234337-28933c515155fd7b174822f2bedaf543 (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 |