Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
SOURCES SOUGHT

R -- Sources Sought Notice For Special Operations Forces (SOF) Requirements Analysis, Prototyping, Training, Operations and Rehearsal (RAPTOR) IV

Notice Date
11/17/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK-18-R-0029
 
Archive Date
12/23/2017
 
Point of Contact
Mark A. Muniz, Phone: 4072085807, Jason C. Graham, Phone: 4072083079
 
E-Mail Address
mark.a.muniz6.civ@mail.mil, jason.c.graham8.civ@mail.mil
(mark.a.muniz6.civ@mail.mil, jason.c.graham8.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
U.S. Army Contracting Command (ACC) - Orlando, Florida Sources Sought Notice For Special Operations Forces (SOF) Requirements Analysis, Prototyping, Training, Operations and Rehearsal (RAPTOR) IV Introduction ACC - Orlando, Florida has a requirement to support the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), Product Manager (PM) SOF Training Systems (STS) in procuring Engineering Support Services (ESS), Training Services, and Research and Development (R&D) efforts in support of expanding the existing SOF RAPTOR effort currently identified on the SOF RAPTOR III contract. SOF RAPTOR IV requirement will include means for conducting live, virtual and constructive training services, training requirements analysis, concept exploration, advanced concept exploration, rapid prototype development, and operation and maintenance functions to support United States Special Operations Command (USSOCOM) and its component commands: United States Army Special Operations Command (USASOC), Air Force Special Operations Command (AFSOC), Naval Special Warfare Command (NAVSPECWARCOM), Marine Special Operations Command (MARSOC), and Joint Special Operations Command (JSOC) and other national assets. The new effort is intended to support USSOCOM programs and agencies that directly interface operationally with USSOCOM. Contract/Program Background This requirement is a follow-on requirement to the W900KK-14-D-0001 SOF RAPTOR III single award Indefinite Delivery/Indefinite Quantity (ID/IQ) contract, currently being performed by RAPTOR Training Services, LLC. CAGE Code 6E9K9. The associated Product/Supply Code (PSC) is R425 and NAICS code 541330 are applicable. The single award ID/IQ contract, awarded in February 2014 with a ceiling of $98.9 Million, is due to expire February 2019. The SOF RAPTOR III contract replaced the SOF RAPTOR I and II contract requirements. The SOF RAPTOR I contract was comprised of efforts that were 100% Engineering Services, whereas the SOF RAPTOR II and SOF RAPTOR III contracts were a mix of Engineering Services, Training Services, and R&D efforts supporting numerous objectives of USSOCOM, USASOC, AFSOC, NAVSPECWARCOM, MARSOC, JSOC, and other national assets. General Requirements SOF RAPTOR services include SOF training support, engineering support, and national asset training support efforts as described in the introduction. SOF training includes dynamic planning, rehearsals, and training execution in non-standard environments. This typically has numerous coordinated components including maritime, air, military freefall and intelligence as well as professional role players. Engineering support includes all disciplines and typically involves applying SOF unique requirements to existing devices, equipment etc. to create an enhanced SOF unique capability. National asset training typically includes similar components as SOF training; however, includes more staff training components and is rarely performed in or near military installations. National assets training requires detailed scripting, exercise development, target coordination, inter-agency replication and extensive Tier I/II experience. SOF RAPTOR IV will provide a vehicle that incorporates the scope of the SOF RAPTOR III contract and will be expanded to include additional scope and tasks that will support additional elements of mission preparedness and mission training. Mission preparedness, rehearsal, and training include primarily SOF tasks and include the joint community that USSOCOM operates and interfaces with, such as NATO Special Forces partners and other national Government assets and agencies. The Government is seeking an industry partner(s) that can provide elite training support to the nation's most elite SOF Warriors. It is anticipated that this SOF RAPTOR IV requirement will be solicited as a single award, ID/IQ Firm-Fixed-Price type task order contract with a 7-year ordering period, a contract ceiling of approximately $350 Million. Submission Details Responses should be succinct, but sufficient in detail to adequately demonstrate the required capability to meet the Government's stated requirements. The Government intends to utilize the data collected from this announcement to determine a procurement strategy. Potential strategies could range from a small-business set aside to one of the socio-economic contracting programs in FAR part 19. Interested parties are requested to provide your written capabilities statement package to this announcement consisting of the following: 1. Information about your company: a. Name and address of company b. Cage Code c. Ownership (Joint Venture, DBA, partnership, etc.) d. Names of two principals to contact, including title, telephone number, and email address e. Statement regarding its current Small Business Administration (SBA) business size and socio-economic classification under NAICS code 541330 (Small Business Size Standard $38.5 Million). 2. Does your firm have experience with the following type of support: a. Engineering and standard support services b. Training services c. Research and Development d. Conducting live, virtual and constructive training services e. Training requirement analysis f. Standard and advanced concept exploration g. Rapid prototype development h. Operation and maintenance functions i. Mission preparedness, rehearsal, and training in support of SOF tasks NOTE: Where applicable, include the following information: a. Government contract number; b. Contract value; c. Role your company played; d. Point of contact and telephone number. 4. Please demonstrate that your company has the necessary organization, accounting and operational controls, financial resources, technical skills and qualifications to ensure the successful performance of the tasks? 5. Has your company managed a team of subcontractors before? 6. Provide an explanation of your company's ability to perform 50% of the work with company resources versus support from subcontractor. 7. If significant subcontracting or teaming is anticipated in order to achieve the requirements, address the administrative and management structure of such arrangements. 8. It is expected that the new SOF RAPTOR IV effort will not have funding to cover overarching Program Management functions, outside of individual Task Orders. a. Describe your approach in supporting short fused time sensitive Task Order requirements that require execution within a 30 - 45 day window. This includes the ability to provide Rough Order of Magnitude (ROM) on cost, schedule, and performance with expedient turnaround times. b. Describe your ability to operate in an Integrated Product Team (IPT) environment with the Government and/or its customer, and how your program management is structured to meet very short timelines to make decisions, meet documentation and programmatic suspense's, etc. c. Describe your approach to managing the overall contract, subcontracts, and individual task orders. Differentiate your approach between a Task Order that is complex and program management intensive versus an order that would be a Commercial off-the Shelf (COTS) procurement. 9. There could be instances where a significant surge of program management efforts (proposal preparation, IPT coordination, etc.) is required. These surges could be random and without notice, yet require a quick turnaround (i.e. 4th quarter of the fiscal year). Identify your process for staffing and processing multiple proposals, while still managing current efforts. Describe your ability to surge to meet demands. 10. What barriers, if any, would prevent your company from submitting a proposal for this requirement? Contractors are requested to provide a capability response not exceeding fifteen (15) 8.5 x 11 inch pages, including the cover sheet. Font size shall not be smaller than 11-point. All capability statements shall be submitted in Microsoft Word or Portable Document Format (PDF). Every page should have the company name, header, page numbers, date and if applicable the version number. Disclaimer This Sources Sought is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Firms responding to this announcement will not be individually notified if the requirement is solicited. Solicitations will occur through the Federal Business Opportunity (FBO) website. As previously stated, ACC - Orlando will use the responses to this announcement to make an informed decision concerning the strategy it will pursue to meets its objective, including determining set-aside opportunities. Contractors interested in this opportunity are requested to email their response no later than 12:00 pm Eastern Standard Time (EST) on 08 December 2017 to Contract Specialist Mr. Mark A. Muniz at: mark.a.muniz6.civ@mail.mil, and Procuring Contracting Officer, Jason C. Graham, at: jason.c.graham8.civ@mail.mil. Please submit all questions by email to the same POCs. Contracting Office Address: ACC Orlando, Fl. 12211 Science Drive, Orlando FL 32826-3224 Place of Performance: In or around Various U.S. Army installations throughout the United States.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e9e88c3373dbf54126355047137073e4)
 
Place of Performance
Address: In or around Various U.S. Army installations throughout the United States., United States
 
Record
SN04743753-W 20171119/171117230851-e9e88c3373dbf54126355047137073e4 (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.