Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2015 FBO #5145
SOURCES SOUGHT

U -- Wargaming Capabilities and Capacity

Notice Date
12/23/2015
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HQ003416RWARG
 
Archive Date
1/26/2016
 
Point of Contact
Daniel M. Quinn, Phone: 7035453190
 
E-Mail Address
daniel.m.quinn1.civ@mail.mil
(daniel.m.quinn1.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
In this Sources Sought, The Office of the Secretary of Defense (OSD) Cost Assessment and Program Evaluation (CAPE) seeks potential sources for wargaming expertise, facilities, and wargaming support tools. As part of its market research, Washington Headquarters Services/Acquisition Directorate (WHS/AD) is issuing this request to determine if an adequate number of qualified, interested businesses across various economic categories exist with the capability to provide these services. OSD CAPE will leverage this information to inventory wargaming capacity and capability across the Defense Industrial Base (DIB) and identify potential gaps across the enterprise. Specifically, OSD CAPE is interested in understanding three main areas: • Ability and capacity for an organization to perform all aspects of wargame design, execution, and analysis including detailed facility information. • Information on wargames supported or planned to support from FY14 through FY16 including any government sponsor contact information. • Expertise in wargaming support tools and/or methodologies. Prospective firms are encouraged to electronically submit a capability summary in Microsoft Word for Office 2003-compatible format. Sources Sought responses are limited to 12 pages in length using 10-point font or larger. In addition, the submission may include brochures or presentations describing capability and capacity. For the 12-page narrative, firms should provide the following: (a) Provide a concise overview of the organization and its experience in defense wargaming underscoring its relevancy to the three main areas of interest. (b) Please provide the firm's definition of "wargame." (c) Describe the firm's primary domain or class that best describe its support for defense wargaming to include supporting acquisition, training, education, operational planning, policy/strategy, science and technology, Planning, Programming, Budgeting & Execution (PPBE), etc. For example, a firm may primarily support training games. (d) Describe the firm's primary planning level or scope of wargames supported to include strategic, operational, or tactical and by domain. For example, a firm may primarily support tactical games. (e) Indicate the operational expertise (e.g. conventional, counter-terrorism, cyber, economic, logistics, nuclear, policy, space, stabilization, etc.) that the firm regularly contributes to wargaming activities. (f) Provide the highest classification level the organization is currently able to support with available staff. (g) Provide the annual number of wargames supported on average by small (<25 participants), medium (25-75 participants), and large (>75 participants) games. (h) Provide a table of wargame facility information by facility indicating its name, contact information, address, highest classification supported, maximum capacity of wargame participants, maximum capacity of wargame participants at highest classification level, JWICS/SIPR/NIPR connectivity, classified storage environment (e.g. overnight, open), and the number of breakout rooms that could be available to support a wargaming activity. (i) Provide a table of wargames supported or planned to support from FY14 through FY16 including any government sponsor contact information. Indicate and illustrate which (if any) of the supporting tools or methodologies were used in the wargaming adjudication. (j) Provide a table of wargame supporting tools and methodologies that the firm specializes in including the purpose (adjudication, analysis, data collection, design, visualization, etc.), focus (conventional, cyber, economic, interagency, logistics nuclear, policy, space, stabilization, etc.), and level (tactical, operational strategic, etc.). If relevant, provide any government sponsor contact information of the tool or methodology. Any vendor proprietary information must be marked as propriety on each page. The Government will not assume that any of the information provided is proprietary unless it is conspicuously marked on each page. The Government will not contact a respondent to determine whether any unmarked information is proprietary. In addition to the above, provide: 1. The name, address, and cage code of the organization; 2. Point of contact including name, title, telephone number, and email addresses; 3. Information if the business is currently classified as a Large, Small, Small Disadvantaged, 8(a) and/or Woman Owned company, Hub Zone small business, veteran owned small business, or service disabled veteran owned small business; 4. A statement of interest regarding the company's willingness to provide a no-obligation capability briefing or demonstration. 5. Your GSA Schedule and the corresponding SIN. Submission : Email responses or inquiries should be sent to Daniel Quinn, Contract Specialist, via email at daniel.m.quinn1.civ@mail.mil. To help ensure proper receipt, submissions should be sent with the subject " Wargaming Capabilities and Capacity Sources Sought." All information received in response to this request marked "Proprietary" will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses are requested no later than 9:00 a.m. (Eastern Standard Time) on 11 January 2016. Notice Regarding Solicitation : Please note that this synopsis is for informational purposes only, to identify potential sources and to assist OSD CAPE in assessing current and future capabilities in the commercial marketplace. No requirement currently exists and no solicitation is being formulated. This notice does not constitute a Request for Proposal and is not to be construed as a commitment by the Government. Other : Vendors are solely responsible for all costs and expenses associated with their respective response to this Sources Sought. The Government will not reimburse vendors for any costs associated with their respective response to this Sources Sought, including, but not limited to, any cost associated with any submission or information provided to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ003416RWARG/listing.html)
 
Place of Performance
Address: 1800 Defense Pentagon, Washington, District of Columbia, 20301, United States
Zip Code: 20301
 
Record
SN03977841-W 20151225/151223234808-a3dc58114055b260e03d28c9f31d6d98 (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.