Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2012 FBO #4011
SOURCES SOUGHT

R -- TRAINING RESOURCE MODEL/INSTITUTIONAL TRAINING RESOURCE MODEL (TRM/ITRM) SUPPORT

Notice Date
11/15/2012
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design 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
H92239-13-T-TRMI
 
Point of Contact
Valaida J Bradford, Phone: 910 3960560
 
E-Mail Address
bradforv@soc.mil
(bradforv@soc.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Army Special Operations Command (USASOC) is seeking to identify all responsible sources capable of providing Training Resource Model and Institutional Training Resource Model (TRM/ITRM) support for the USASOC Deputy Chief of Staff, G-3 Plans Division at Fort Bragg, NC. These services include populating and adapting the TRM/ITRM data fields with USASOC unique data so that these models will serve as the single framework for resource discussions. Providing authoritative, analytical, readiness-base, trainer-driven methodology for determining the operating tempo (OPTEMPO) and cost in dollars required to support training and peacetime readiness objectives; Computing the cost of alternative training strategies; Articulating the level of training readiness supported by a specified budget by providing a readiness based benchmark for defining requirements; Providing uniform methodology for defining training resource requirements from HQDA to unit level that is based upon an approved force structure; Enhancing internal USASOC resource management practices and those of it Major Subordinate Commands (MSCs) and Major Subordinate Units (MSUs). Background: Headquarters Department of the Army (HQDA), Office of the Deputy Chief of Staff, G-3 sponsored the development of two resource models designed to capture total training costs expended per program per individual. These models came to be known as the Training Resource Model (TRM) and the Institutional Training Resource Model (ITRM). These models provide estimates for Army -wide funding requirements to support Modified Table of Organization & Equipment (MTOE) unit training and operations (resources commonly referred to as OPTEMPO) as well as a data set that estimates funding requirements for individual soldier training. Together, these models support resource decision making in the Planning, Programming, Budgeting and Execution System (PPBES) at HQDA. The TRM captures costs for collective and joint training, operations, joint operations, combat development, force management and force structuring. It aids in determining resources required to execute missions and prioritize the distribution of these resources. The ITRM produces estimates of both student and schoolhouse costs associated with individual training. It offers great flexibility by providing the end user with the aggregate echelon level of detail, but also the course level of detail (e.g. type of training, course title, phase, student component, school code of the institution, cost category, appropriation, AMS Code, etc.) Additionally it generates data displays and reports for time-sensitive and dynamic analyses by functional analysts within the Plans Division. These models have been accepted at the HQDA, OSD and Congressional levels as the definitive platforms to determine resource requirements for MTOE unit and schoolhouse training and operations. Due to the nature and sensitivity of this support, the contractor shall possess or obtain a facility clearance at the classification level of SECRET/collateral or better. The contractor personnel to provide support under this contract shall as well possess a current and valid (at performance start date) SECRET/collateral security clearance. The contractor shall be required to submit all applicable company information necessary to adjudicate a facility security clearance utilizing a Government-furnished Department of Defense Contract Security Classification Specifications, (DD Form 254). The Government intends to award a firm fixed contract for a twelve month base period and four additional twelve month option periods. The contractor shall provide all direct labor, material, supervision of contract personnel and other items and services necessary to provide TRM/ITRM support to USASOC DCS, G-3. This support requires coordination, information and data sharing. The primary location for execution of this contract is Fort Bragg, NC. The Subject Matter Expert (SME) required for this contract shall provide technical resources and services on behalf of USASOC and other entities as required. This SME support encompasses those actions necessary to ensure that TRM/ITRM applications meet the needs of USASOC and its MSCs and MSUs. Functional and technical design actions needed to support this effort include, but are not limited to the following: Functional System Design, Technical System Design, System Integration, Software Development, Unit Testing, Standards of Quality Assurance (SQA), Data Analysis (System Inputs), Database Maintenance, Software Maintenance, User Training, End User Documentation, and Functional Analysis. The contractor personnel may be required to travel in support of this requirement. Travel outside the Continental United States is not anticipated. 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), 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. THIS IS NOT A REQUEST FOR PROPOSALS. 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. Interested parties are requested to submit a capabilities statement of no more than four pages that demonstrates the respondent's ability to meet the requirements as specified herein. Please provide name of firm, address, POC, phone/fax number, and email address. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Responses shall be submitted electronically via email to Mrs. Valaida Bradford at bradforv@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 at (910) 432-9345. Due to the intermittent nature of electronic communication, it is the vendor's responsibility to ensure receipt. All questions must be provided in writing no later than 2:00 PM EST, Wednesday, 28 November 2012. All responses shall be submitted by 1:00 PM EST on Wednesday, 5 December 2012. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-13-T-TRMI/listing.html)
 
Place of Performance
Address: HEADQUARTERS, UNITED STATES ARMY SPECIAL OPERATIONS COMMAND, BLDG E2929, DESERT STORM DRIVE, FORT BRAGG, North Carolina, 28307, United States
Zip Code: 28307
 
Record
SN02932049-W 20121117/121115235338-69be88c26cfd238da187393fe540c571 (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.