Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2015 FBO #5034
SOURCES SOUGHT

R -- Mission Training Complex Capabilities Support (MTCCS) - SSN with Images

Notice Date
9/3/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando, 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-15-R-0052
 
Point of Contact
Brian Vaughan, Phone: 4073843603
 
E-Mail Address
brian.d.vaughan.civ@mail.mil
(brian.d.vaughan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Draft WBS MTCCS This is the same text as in the announcement, but also includes location maps and industry day information. This Sources Sought Notice (SSN) is for informational and planning purposes only. It does not constitute a Solicitation and is not to be considered as a commitment by the Government. All firms responding to this SSN are advised that their response to this notice is not a request that will be considered for contract award. The information from this market research is for planning purposes only. This is strictly market research in accordance with Federal Acquisition Regulation (FAR) Part 10. The North American Industry Classification System (NAICS) Code contemplated for this acquisition is 541330, Engineering Services. The small business size standard for NAICS Code 541330 $38.5M. The PSC contemplated is R425, Support - Professional: Engineering/Technical. The Mission Training Complex Capabilities Support (MTCCS) requirement was previously awarded under several separate Task Orders under the Warfighter Focus (WFF), and the Operations, Planning, Training, Resource Support Services II (OPTARSS II) contracts. Awards in each case went to large businesses. The current industry capabilities, to include large and small business, must be confirmed. As such, all eligible large and small businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from respondents as a result of this SSN. The intent of this notice is to determine the availability of qualified sources that are technically capable of providing the requirements described in Attachment 1 - DRAFT WBS MTCCS and the additional requirements information below: REQUIREMENT DESCRIPTION: U.S. Army III Corps, XVIII Airborne Corps, and USARPAC have a requirement to provide MTCCS to Military users. The effort includes services to support individual through collective training, leadership training and development, integrated Warfighter functions training, simulation supported training as well as network, security, and facilities management. This effort will consist of MTCCS at multiple hub and spoke locations throughout CONUS and OCONUS locations. The MTCC requires support for individual through collective Mission Command training; Leadership Training/Development; Warfighter Functions (WFF) training; First Person Simulations (Gaming); and constructive simulations supported training as well as facilities management, event scheduling, security and administrative support, and access control. These training events may occur concurrently or separately. Events shall be combined into a simultaneous synthetic environment using the Live, Virtual, Constructive and Gaming (LVC-G) / Live, Virtual, Constructive Integrating Architecture (LVC-IA) to create an Integrated Training Environment. Hub and Spoke: Services will take place at Government locations. A Hub is an installation or training activity which acts as a regional or command-based center of gravity for individual and collective Mission Command (MC) training. For the Hub to provide the oversight and support necessary for sustaining consistent training objectives, it requires a larger training staff, training support systems, and training infrastructure (facilities, connectivity, etc.). It provides a focal point for simulations, interfaces, instruction for a majority of the MC systems, and centralized contract and funding oversight/management for the Hub and aligned Spokes. The Hub is authorized greater training resources than its Spokes. A Spoke is a smaller scale MC training capability and infrastructure which relies on the Hub (or Hub coordinated support from other Spokes) for low-density individual MC training support, collective training support in some instances, higher fidelity simulation and/or technical support, and contract/resource management. Spokes have adequate simulations, stimulations, MC system training and technical support to meet tenant unit day-to-day individual and collective training needs, but must coordinate with the Hubs for resources and technical and/or support for large event training such as Culminating Training Events (CTEs), Warfighter Exercises (WFXs), Mission Rehearsal Exercises (MRXs) and divisional battle staff training. Hub and Spoke, as it relates to MC training, is executed through an integrated, less hierarchical and more distributed training structure that extends throughout the Army. The known requirement will support three separate hub and spoke organizations, presumably on separate task orders. III Corps hub is at Fort Hood Texas, and it's designated spoke sites Mission Training Complexes (MTC) at Forts Carson, Riley, Bliss, Sill, and Knox. XVIII Airborne Corps hub is at Fort Bragg, North Carolina, and it's designated spoke site Mission Training Complexes (MTC) at Forts Drum, Campbell, Stewart, and Polk. USARPAC hub is at Schofield Barracks and its designated spoke site mission training complexes at Forts Wainwright, Richardson, and Sagami. The attached draft Work Breakdown Structure (Attachment 1 - DRAFT WBS MTCCS) identifies the major tasks contemplated for this effort. Transition from the current contractors to the new contractors must not cause disruption to the MTCCS mission. ACQUISITION APPROACH: The Government is currently developing an acquisition strategy for the MTCCS effort. The Government anticipates that the requirements will be fulfilled via task orders under a Multiple Award or a Single Award Indefinite Delivery/Indefinite Quantity (IDIQ), separate acquisitions, or a combination of these approaches in accordance with FAR Part 15. The Government anticipates award on a Best Value/Trade-Off basis. Task orders will be issued from the IDIQ contract with a contemplated Firm Fixed Price (FFP) or Fixed Price Award Fee (FPAF), and Time and Materials (T&M) Contract Line Item Numbers for surge, travel, and minor supporting purchases. The Period of Performance will be for a one-year base period with four one-year options. The Government intends to include the following clauses in the Request for Proposal: 52.222-17 - NonDisplacement of Qualified Workers 52.237-3 Continuity of Services FURTHER INFORMATION: 1) At the time of award, all contractors shall be required to have an approved cost accounting system or confirm that the firm is in the process of obtaining a DCAA approved cost accounting system. 2) During the Solicitation phase, all prime contractors and subcontractors shall be required to disclose/assert to whether or not the company is foreign owned or foreign controlled or have foreign influence in accordance with DFARS Clause 252.209-7002 - Disclosure of Ownership or Control by a Foreign Government ESTIMATED DOLLAR VALUE: Greater than $500M, with the potential for exceeding $1B. Individual Task Order Values are estimated to range from $8M to $50M per year. RESPONSES REQUESTED: The Government is interested in receiving meaningful feedback on the aforementioned Requirements Description. Interested sources that possess the technical capability and resources to fulfill the Government's requirements stated herein are invited to provide (1) a Letter of Interest and (2) a Capability Statement. Responses should include the following information: a) company name, address, point of contacts (at least two), email addresses, business/work and mobile phone numbers, the company's web page, if applicable, and DUNs and/or Cage Code; b) identification of business size (small/large business status) as it relates to NAICS code 541330, service disabled veteran business, HUB Zone, 8(a) certified business, Woman Owned SB, etc; c) Every page of your response must include your company's name as well as page number (i.e. Name of Company, page # 1 of 15); d) Format shall be Microsoft Word or Adobe Acrobat Reader. Font size shall NOT be smaller than twelve (12)-point Arial; e) The Page Count is no more than 15 pages for the Letter of Interest and a Capability Statement combined. CAPABILITY STATEMENT: Contractors responding to this notice should confirm, at a minimum, that they possess knowledge and experience to provide mission command individual, leader, small unit, battle staff, and simulation-driven Mission Command (MC) training, technical, exercise, simulation, and administrative support across geographically dispersed locations. All interested parties must provide the following information: A) Identify the most beneficial acquisition approach - Single Award (SATOC), Multiple Award (MATOC), a separate acquisition, or a combination. Discuss any efficiencies (cost/price or other) that could be gained by use of this approach. Provide an example of a past effort that supports your position. Answer each of the following questions based on your selected approach in question A. 1) Describe the corporate structure and financial capability to meet the needs of the anticipated scope of the requirement, as described in Attachment 1 - DRAFT WBS MTCCS and the Additional Requirements. 2) If significant subcontracting or teaming is anticipated in order to deliver technical capability, address the administrative and management structure of such arrangement. 3) If you are a small business and expect to be the prime contractor for this effort, discuss how you will meet the requirement, as stated in FAR clause 52.219-14 -- Limitation on Subcontracting, at least 50% of the cost of the contract performance incurred for personnel shall be expended for employees of the concern. 4) How long will it take to acquire the necessary full staff of support and technical personnel? 5) Describe your organizational plan to surge to support short notice training events under the MTCCS contract across the respective hub and spoke strategy. Provide an example where your firm has supported surge capability across geographically dispersed locations while maintaining all continuing operations. 6) Has your firm ever been the prime contractor for a similar effort of this complexity, size and scope? If so describe the effort. What was the dollar value? What was the period of performance? 7) Describe your firm's experience in virtual simulation, software integration, training and support services. 8) Description of your experience implementing IA Policies and Procedures to Networks under DIACAP or Risk Management Framework (RMF) within your organization. 9) Provide a description of skill and knowledge base on Virtualization to include LVC-G and LVC-IA in support of Mission Command Training Events. 10) Provide an example of your experience with Facilities Management at a similar size and scope of this requirement. 11) Describe how you propose to staff and manage a program that supports both CONUS and OCONUS remote locations. Provide examples of previous experience simultaneously supporting remote and dispersed activities. 12) Describe how you would manage multiple exercise occurring at remote locations simultaneously. 13) Based on Attachment 1 - DRAFT WBS MTCCS and the additional requirements, where do your core capabilities exist and for which tasks or elements would you utilize a teaming approach? Additional Questions - These questions do not count against the above page count. 14) Describe how you plan to motivate your employees and subcontractors to ensure an exceptional level of performance to MTCCS. 15) Identify your employee retention rate during the past 3 years, and describe how your firm will ensure consistent, high quality support for MTCCS. 16) Discuss efficiencies (cost/price or other) that could be gained by pursuing either a firm fixed price approach or a fixed price award fee approach. Submit SSN responses and comments via email by Friday, Wednesday, September 30, 2015 at 3:00 p.m., EST to the following email addresses: brian.d.vaughan.civ@mail.mil david.g.bremer.civ@mail.mil DISCLAIMER: This notice does not constitute an invitation for bids or a Request for Proposal and is not a commitment by the U.S. Government to procure subject products. All submissions in response to this SSN will be used for PLANNING PURPOSES ONLY. Primary Contracts POC: Brian Vaughan, brian.d.vaughan.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e16489e563d6a6bb0b5295017c3ecc31)
 
Place of Performance
Address: Contracting Office Address:, ACC - Orlando, 12211 Science Dr, Orlando, FL 32826-3224, Place of Performance:, Multiple Government Locations CONUS and OCONUS, Orlando, Florida, 32826, United States
Zip Code: 32826
 
Record
SN03871731-W 20150905/150904001029-e16489e563d6a6bb0b5295017c3ecc31 (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.