Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2015 FBO #4991
SOURCES SOUGHT

R -- Request for Information - Professional, Scientific, and Technical Services - Engineering services - Tittle of the Project: U.S Army Security Assistance Command Programmatic Support.

Notice Date
7/22/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
MARKETSURVEY150297-22
 
Response Due
8/18/2015
 
Archive Date
9/20/2015
 
Point of Contact
Dennis Libershal, 410-278-4226
 
E-Mail Address
ACC-APG - Aberdeen Division D
(dennis.m.libershal.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice (SS) is for planning and informational purposes, and should not be construed as a Solicitation Announcement, Invitation for Bids, Request for Quotations, Request for Proposals, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be a made for any costs associated with providing information in response to this SS or any follow up information request. Respondents will not be notified of the results of the evaluation of the information they provide. No questions will be taken on the SS. No contract award will be made on the basis of responses received. No funds have been authorized, appropriated or received for this effort. The information will be used in a Market Research Report assessment of sources capable of providing professional support services in support of United States Army Security Assistance Command (USASAC). A lack of Small Business responses to this notice may be treated as evidence of disinterest/incapability of Small Businesses to submit a proposal to any eventual Request for Proposal (RFP). Interested parties are responsible to adequately mark proprietary, restricted or competition sensitive information contained in their response accordingly. Respondents will not be notified of any results of the information they have provided. After reviewing the Description of the Requirements currently posted to FEDBIZOPS, interested capable contractors are invited to provide responses to the following questions. Please provide responses if you can support the entire Requirement. Responses should follow this format and be submitted electronically, as one complete document. Response Instructions Responses should be emailed to Mr. Dennis Libershal, contract specialist, at dennis.m.libershal.civ@mail.mil by the response date listed in this notice. Subject line must read SS 15029-Your Company Name - Example: SS 15029-ABC Inc. Business Questions 1.Please provide the following Point of Contact Information: Company: CAGE Code: Point of Contact: Phone Number: Email Address: 2.Please identify your company's small business size status based on the primary North American Industrial Classification System (NAICS) code of 541330 - Professional, Scientific, and Technical Services - Engineering services. The Small Business Size Standard for this NAICS code is $14,000,000.00. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern Small Disadvantaged Business (SDB) Women-Owned Small Business (WOSB) Historically Underutilized Business Zone Small Business (HUBZone) Veteran-Owned Small Business (VOSB) Service-Disabled Veteran-Owned Small Business (SDVOSB) 3.If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this Sources Sought notice. 4. If you identify your company as a Small Business or any of the SB subcategories as stipulated in above Question #2, then is your company interested in role as a Prime Contractor or as a Subcontractor for the anticipated effort? 5.For Small Business respondents with interest as a prime contractor, please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in your response. 6. Is your company currently, or has your company provided similar type effort (to include size and complexity) in the past? If so, provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your direct support of the effort? Please identify the agency or nongovernment customer (you may also include contract numbers) for government or other non-government customer. If you are willing to share your customer's identity, please address whether your company offers the same or similar services commercially. 7. What are the core competencies of your employees that would support the requirements? Also provide the total number of individuals currently employed by your company capable of supporting the requirements. 8. Do all your employees that would support this Requirement have at least a SECRET Clearance? 9. Does your firm possess a Defense Contract Audit Agency (DCAA)- approved accounting system? 10. Do you have experience performing work Outside the Contiguous United States (OCONUS)? If YES, please provide details. 11.What experience and expertise does your company possess in managing Cost Plus Fixed Fee contract for labor hours? Please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your contract management effort. 12.What expertise does your company possess to ensure contract transition within thirty (30) days? Has your company conducted contract transitions within thirty (30) days of contract award to include no interruption of operations during the transition? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your transition effort. 13.What expertise does your company possess in adding subcontractors after contract award? Has your company added multiple subcontractors in less than thirty (30) days after contract award? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your effort to ensure no interruption of operations. 14.What expertise does your company possess in managing multiple, independent and separately appropriated funding streams that are individually managed for purposes of contract ceiling allotments? Has your company managed this type of funding stream on other contracts with similar efforts? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your direct support. 15.What expertise does your company possess in providing support services in the following areas: human resources, program management, cost estimating/analysis, schedule development & assessment, analysis & leadership development, international program support, security assistance program that includes planning, coordination, implementation, and monitoring of assigned equipment on FMS cases with multiple FMS customers? Note: This type of effort does NOT entail procurement, fielding or delivery of equipment or services to foreign nations. Has your company provided this type of FMS PMO office support on other contracts? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your direct support. General Description of Effort The purpose of this Sources Sought Notice is to identify potential sources with the technical capability and necessary resources to provide programmatic support services for the U.S. Army Security Assistance Command (USASAC), and Foreign Military Sales (FMS) Enterprise Security Assistance (SA)/FMS. This includes, but is not limited to, international programs supporting U.S. Army managed weapon systems and associated equipment and services. Programmatic support is required to meet the requirements of FMS staff support throughout the entire FMS Case Life Cycle from Case Development through Case Closure, including, performance analysis and business process design, workforce training and leader development. The Contractor shall be required to provide subject matter expertise to support immediate short term FMS requirements in CONUS and OCONUS. This effort shall include but not be limited to the support of implemented FMS cases under the area of responsibility (AOR) US Central Command (CENTCOM), the US Southern Command (SOUTHCOM), the US Northern Command (NORTHCOM), the US Pacific Command (PACOM), the US African Command (AFRICOM) and the US European Command (EUCOM). The contractor shall monitor open FMS cases and provide FMS program guidance to representatives of foreign countries, and other DoD components and commands. The contractor shall assist in the resolution of highly sensitive and complex issues, and assist in the development and implementation of corrective actions. The Contractor shall be required to provide subject matter expertise to support immediate short term FMS requirements in CONUS and OCONUS. Contract transition phase-in must be completed within thirty days, and shall ensure no interruption of operations during the transition. The below specific services are required but are not limited to: Provide Human Resources Support services with specialized FMS experience to assist in duties that include but are not limited to: Provide input, advice, recommendations, and conduct research efforts through data collection and analytical methodologies to optimize Human Capital management to meet program objectives. Assist in the development of a workforce planning strategy, including the size of the workforce, its deployment across USASAC and the knowledge, skills and abilities/competencies needed to fulfill the overall mission. Ensure that USASAC has a diverse, results-oriented high performance workforce and an effective, goal oriented, performance management system. Provide Resource Management Support services with specialized FMS experience to assist in duties to include but are not limited to: Perform system analysis and/or financial analyses utilizing Program Budget and Accounting System (PBAS), Standard Operation and Maintenance Army Research Development System (SOMARDS), Defense Security Assistance Management System (DSAMS), Mechanization of Contract Administration Services (MOCAS), Federal Logistics Record (FEDLOG), Procurement Automated Data and Document Systems (PADDS), Defense Integrated Finance System (DIFS), Centralized Information System for International Logistics (CISIL), Logistics Modernization Program (LMP), General Fund Enterprise Business System (GFEBS), Case Closeout Process Execution System (CCOPES), CISIL Modernization, Army WebROR, the Major Item Pricing (IMPART) system and the Security Cooperation Enterprise Solution (SCES). Provide input, perform analysis and make recommendations for submittal to the Government for the U.S. Army's Security Assistance Enterprise (ASAE) implementation plan for the General Funds Enterprise Business System (GFEBS). Provide input, perform analysis and make recommendations to the Government for the USASAC planning and execution of the SCES. Provide Program Management, Plans & Integration Support services with specialized FMS experience to assist in duties to include but are not limited to: Provide program management support and recommendations for Army FMS systems. Support shall include the integration of data based on: Customer requirements; USASAC program policies and procedures; and the programmatic, engineering, test and evaluation, and logistics data obtained from the Project/Product Manager. Perform research and analysis of non-standard systems requested by the FMS customer and report the impacts of Operations and Support (O&S), sustainability, availability, and costs of ownership of the system. Research and provide recommendations for Government responses to internal/external inquiries concerning the systemic integration and fielding of non-standard products. Evaluate contractor and Government documentation (including technical documentation written in languages/dialects of non-standard aircraft manufacturers) and provide draft recommended Government positions. Track FMS assets throughout the life cycle. Tracking shall be from the time of case implementation to receipt of assets in country. Status shall be monitored and updated to reflect program/case changes such as amendments, realignments, or modifications. Track the FMS Line Item availability and track the release and shipment of the assets and provide updated status/shipment reports on a predetermined schedule. Analyze data from Government sources in order to determine material requisition availability and status. Data shall also be used to generate and update requisition status reports. Perform analysis of non-U.S. Government furnished equipment (GFE) and provide recommendations. GFE analyses shall include: (a)Economic impacts of U.S. GFE purchase versus non-U.S. GFE purchase. (b)Engineering analyses of acceptance test implications for non-U.S. GFE items. (c)Logistical support implications, including training, publications, and repair parts availability. (d)Technical evaluation of operational impacts of GFE item removal, substitution with non-U.S. GFE, or incorporation into U.S., FMS, and licensed production hardware. (e)Analyses of interoperability issues of non-U.S. GFE with major end items and provide recommendations on the development and preparation of draft Materiel Fielding Plans and Logistics support plans for weapon system and associated equipment being fielded. Provide Cost Estimating/Analysis support services with specialized FMS experience to assist in duties that include but are not limited to: Provide input, advice, and recommendations for programs, budgets, and pricing of life cycle performance requirements and FMS cases so that the Country Program Manager (CPM) may assure that program requirements are supported in a cost effective manner. Provide input and recommendations for cost estimating and/or budget activities inclusive of all program life cycle phases, in accordance with (IAW) applicable DoD Directives, Army regulations, and policies. Monitor cost and performance associated with the acquisition process and provide recommendations for meeting critical requirements and for the accomplishment of program and acquisition objectives. Provide recommendations and advice in the development and conducting of milestone award dates, delivery schedules and price/cost analysis estimates for contractual actions. Analyze data prepared by other U.S. Government agencies, contractors, and other sources and provide recommendations based on the data. Provide Schedule Development/Assessment support services with specialized FMS experience to assist in duties that include but are not limited to: Analyze events, activities and schedule data in order to provide evaluations on achieving hardware delivery and case milestones in accordance with the programs objectives. Develop recommended summary level milestone charts that identify key system activities including delivery and fielding milestones, and shall prepare draft schedules based on case and contractual data and recommend updates prior to program and case reviews. Analyze schedule data to address the reasonableness and risks associated with achieving specific completion dates. Develop recommended program schedules and provide input and recommendations to establish reporting milestones. Modify, develop, and maintain software for the development, maintenance, and assessment of schedules. Develop and provide recommendations for schedule assessment techniques. Maintain databases for all USASAC requirements to provide status/information for input to required reports, and provide recommendations regarding a fully integrated and operational database to support FMS case requirements. Employ the use of an off-the-shelf (OTS) program to track the FMS case line item milestone status from implementation, execution, and line/case closure. Provide Analysis and Leader Development support services with specialized FMS experience to assist in duties that include but are not limited to: Support the workload modeling utilizing the Lean Six Sigma (LSS) Defining-Measuring-Analyzing-Improving-Control (DMAIC). Conduct Kaizen events that include development of a recommended future state for the distribution and allocation of workloads. Measure workload against the baseline established as a result of this processes in order to evaluate and develop the workload model. Provide input and recommendations for workforce training and leader development and supporting processes. Provide support in the organization and assist in the drafting of training plans and shall be capable of establishing training objectives, methodologies, and schedule timelines. Emphasis shall be in the areas of database maintenance, written presentation and reporting skills. Assist with instructor-led and computer-based training courses; recommend and maintain training aids (e.g., Desk Side Reference (DSR)); and develop, improve, maintain and provide feedback for the Roadmap Validation Program (RVP). The ability to analyze and present lesson plans for training programs and individual courses that include performance-based lesson plans and quote mark hands-on quote mark training is also required. Provide International Programs Support services with specialized FMS experience to assist in duties that include but are not limited to: Provide input and recommendations to USASAC for the preparation of plans for the co-production of U.S. Weapon Systems, and in the development and production planning of subsystems or components in foreign countries. Provide input and recommendations for the conduct of program reviews and discussions with U.S. and foreign government representatives. Provide technical and engineering analyses of weapon systems to meet international security assistance requirements. Results from this effort will provide recommendations for use by the government in the decision making process for the conduct of total security assistance program. Support efforts in this area include: (a)Analysis and preparation of draft Operations and Support (O&S) costs for U.S. and allied nations and the development of draft O&S comparisons between U.S. and allied nations. (b)Development of concepts associated with common logistics support programs for multi-nations. The contractor shall provide recommendations for the formulation and revision of draft international agreements. Provide Security Assistance Program Support services with specialized FMS experience to assist in duties that include but are not limited to: Perform planning and preparation activities for Program Management Reviews (PMR), Financial Management Reviews (FMR), Country Management Reviews (CMR) and briefings. Analyze program review/meetings requirements and develop agendas, record and publish minutes and action items. Provide briefing support for PMRs, FMRs, CMRs, and briefings. This includes gathering and analyzing information on engineering, programmatic, logistical and financial issues. Prepare appropriate briefing and backup material to present the issues. All briefing support shall be coordinated sufficiently in advance of the review to permit USASAC management the opportunity to review the package. Provide input and analysis of information for inclusion in Pre LOR functions, Request for Price and Availability, Letters of Request and/or Letters of Offer and Acceptance (LOR/LOA) for potential new FMS cases. Develop recommendations for the preparation of contract requirements packages to ensure that program requirements are adequately planned, evaluated, acquired, and delivered in accordance with program objectives and terms of the case agreements. Analyze specialized FMS customer reports/documentation and provide recommended courses of action to IPTs and program/case reviews located both CONUS and OCONUS. Provide input, analysis, make recommendations and prepare drafts for submittal to the government for sole source requests, waivers, and releases. Analyze and prepare Cooperative Logistics Supply Support Arrangement (CLSSA) data. Provide recommendations for the development, recording, and tracking of metrics, both for USASAC organizational as well as FMS programs. Provide recommendations on the optimal reporting format to record, track, and submit the information. Provide input to the USASAC Case Closure System, including analyzing and recommending coding cases for closure, updating of the database system and preparing of closure summary reports and metrics. Financial information shall be developed to identify issues associated with the case closure process. Support the management and technical interfaces in dealings with foreign customers for FMS involving U.S. support for foreign built and U.S. Non-standard weapon system. This consists of input and recommendations in the preparation of technical requirements, procurement packages, and scopes of work for foreign built and U.S. Non-standard weapon system support programs and direct contractual support efforts. Estimate funding requirements and recommend funding distribution for assigned programs. Provide recommendations for information transfer and interfacing between the U.S. research and development community and other organizations working on foreign built weapon systems programs. Provide input and recommendations to the Government in the development of co-production documentation. This includes review of system documentation (e.g., statements of work and production plans) prior to delivery to co-production countries. Prepare draft Memorandums of Understanding (MOUs), implementation plans, studies, briefing and agreements related to co-production of U.S. weapon systems, subsystems, and selected major components. Assess plans, documents and FMS related materials and advise the Regional Operations, on identified problem areas, and programmatic, technical and schedule risk. Provide input and recommendations to USASAC Directorates for implementation and enhancements for the fair share services programs, weapon systems technology initiatives and demonstrations, and excess defense article international initiatives. Provide programmatic input and recommendations related to the Systems Management office (SMO) weapon systems technology initiatives and demonstrations, SMO excess defense article international initiatives and SMO engineering fair share programs. PERIOD OF PERFORMANCE/PLACE OF PERFORMANCE: The period of performance shall be a twelve (12) months base period from date of award with four (4), twelve (12) month option periods.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56d40789b5cee77d32b8518858967b26)
 
Place of Performance
Address: ACC-APG - Aberdeen Division D ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03807151-W 20150724/150723000538-56d40789b5cee77d32b8518858967b26 (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.