SOURCES SOUGHT
J -- Joint Enterprise Contracted Logistics and Services Support (JE-CLaSS) II
- Notice Date
- 4/23/2020 7:40:17 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-20-R-JECL
- Response Due
- 5/8/2020 11:00:00 AM
- Archive Date
- 12/31/2020
- Point of Contact
- Shantice M. Wright, Contract Specialist, Phone: 4104172803, Alex M. Schupp, Contract Specialist, Phone: 4104361331
- E-Mail Address
-
shantice.m.wright.civ@mail.mil, alex.m.schupp.civ@mail.mil
(shantice.m.wright.civ@mail.mil, alex.m.schupp.civ@mail.mil)
- Description
- The due date for responses has been extended from 30 April 2020 to 8 May 2020 at 2:00 PM EST. __________________________________ NAICS Codes: Domain 1: 811 -- Repair and Maintenance/811219 -- Other Electronic and Precision Equipment Repair and Maintenance 541 -- Computer Systems Design and Related Services / 541511 -- Custom Computer Programming Services Domain 2: 5413 � Architectural, Engineering, and Related Services / 541330, Engineering Services for Military and Aerospace Equipment and Military Weapons, 5415 -- Computer Systems Design and Related Services / 541511 -- Custom Computer Programming Services Title: Joint Enterprise Contracted Logistics and Services Support (JE-CLaSS) II This requirement defines Joint Enterprise Contracted Logistics and Services Support II (JE-CLaSS II) for the Joint Program Executive Office for Chemical, Biological, Radiological and Nuclear Defense (JPEO-CBRND) enterprise and their partnering organizations. The proposed effort is intended to be a Multiple Award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The Draft Performance Work Statement (PWS) has been revised as follows: Domain Structure: The PWS has been structured into two domains:� Domain 1 (PWS Section C.3.0) addresses the majority of the CLS fielding and sustainment services included in the previous RFI.� An additional section for acquisition logistics services has been added as Domain 2 (PWS Section C.4.0). � Training:� Expanded training section in Domain 1 (PWS paragraph C.3.2.2.7) and Domain 2 (PWS paragraph C.4.3) to add a holistic approach to training product development, revisions and related support services Maintenance:�Added depot-level maintenance (paragraph C.1.0 and C.3.2.1.1.9) The JPEO-CBRND's mission is to protect the Joint Force from weapons of mass destruction by generating affordable capabilities to protect against weapons of mass destruction. The JPEO-CBRND works side-by-side with the Department of Homeland Security and other agencies in the on-going effort to guard against the chemical, biological, radiological and nuclear (CBRN) threats via a resilient Joint Force enabled to fight and win unencumbered in a chemical, biological, radiological and/or nuclear environment. The JPEO-CBRND, Aberdeen Proving Ground, MD, is conducting market research to determine qualified and interested parties to better define an industrial base availability. The purpose of this effort is to obtain Contractor Logistics Support (CLS), to include, but not limited to, Performance Based Logistics (PBL), for highly complex, low-density systems for detection, mounted and dismounted reconnaissance, individual and collective protection, decontamination, and force protection against CBRNE threats for the United States Military (active and reserve components, partnering organizations operating in the Continental United States (CONUS) and Outside CONUS (OCONUS) to include, but not limited to: Europe, Korea, Hawaii, Alaska, Afghanistan, Kuwait, Qatar, Jordan and other Southwest Asia locations. CLS will be required during peacetime and contingency operations. Systems covered under this support contract may include, but are not limited to: �the Joint Biological Tactical Detection System (JBTDS); Joint Portal Shield (JPS); Joint Nuclear Biological Chemical Reconnaissance System Increment 2 (JNBCRS2);� Analytical Laboratory Systems (ALS); Non-Intrusive Inspection Systems (NIIS); Entry Control Points (ECP); and the Nuclear, Biological, Chemical Reconnaissance Vehicle Sensor Suite: Joint Service Lightweight Standoff Chemical Agent Detector (JSLSCAD), Chemical Biological Mass Spectrometer (CBMS) II; Nuclear, Biological, Chemical Reconnaissance Vehicle (NBCRV) Nuclear, Biological, Chemical Sensor Suite; Chemical Vapor Sampling System (CVSS); Next Generation Diagnostic System (NGDS), Uniform Integrated Protective Ensemble (UIPE, Increment II), Screening Obscuration Module, Man-Portable Radiological Detection System, Joint Personal Dosimeter, Joint Expeditionary Collective Protection, General Purpose Decontaminant, Decontamination Family of Systems, and Contaminated Human Remains Pouch, as well as CBRN Family of Systems and CBRN or CBRNE response equipment.� Additional unforeseen systems and equipment not listed above, that fall within the JPEO-CBRND's mission and require CLS, may be supported by this contract. Contractors under this multiple award IDIQ shall be responsible for providing supportability planning, and maintaining (to include depot maintenance support) system and equipment operational readiness at all locations. �The Performance Work Statement for CLS/PBL services is structured into two domains to support the JPEO-CBRND Enterprise.� Contractors shall support and sustain systems, subsystems, equipment sets, kits, outfits and associated items of equipment and develop and revise training products in Domain 1 or provide acquisition logistics services in Domain 2.� Domain 2 is intended to obtain contractor support services to address the following principal objectives:� (1) ensure support considerations are an integral part of the system�s design requirements; (2) the system can be cost effectively supported throughout its life-cycle; and (3) the Product Support elements necessary for the initial fielding and operational support of the system are identified, developed and acquired.� For the purposes of this contract, CLS services include, but are not limited to, sustainment and acquisition logistics support functions in the following areas: Domain 1:� Supportability Services; Maintenance Support; Engineering Support; Supply Chain Management and Support; Training Product Development and Support (holistic training development using state of the art platforms and technologies across multiple domains -- maritime, land, air, cyberspace and space); Fielding Support; Program Management, Administration and Reporting; Quality; Security; and Environmental, Safety and Occupational Health (ESOH); and .Domain 2: Acquisition Logistics Services, Supportability/Sustainability Support, Training Product Development and Support, Program Management, Administration and Reporting; Quality Assurance; Security; and ESOH. Contractors shall be responsible for obtaining all required security clearances, country clearances, visas, work permits, installation access, and Nuclear Regulatory Commission (NRC) licenses to deliver support and maintain system operational readiness at all locations, to include military and non-military locations. Program Management requires development and execution of a detailed program plan for interdependent multiple systems and equipment which describes the overarching program strategy and ensures the contract, schedule, and cost objectives are met. The estimated ordering period for the multiple award IDIQ is 8 years from date of award with an additional 3 years to complete any order placed at the end of the 8 years. The effort is unclassified; however, Contractors shall be required to, under several task orders, have access to, receive and generate classified information and have access to secure Government Information Systems, buildings or facilities. A contractor may be required to have a facility security clearance. �Contractor employees may be required to have �or be eligible to obtain a SECRET, PUBLIC TRUST, or TOP SECRET security clearance from the Defense Industrial Security Clearance Office.�� Contractors shall provide a Logistics Information System (LIS) for the Government to monitor and track all maintenance actions in real time.� Contractors shall furnish all necessary services, personnel, hardware, software, facilities, information and supplies (except Government Furnished Property) as required to support the systems, equipment and logistics services. The anticipated NAICS codes for Domain 1 are 811219 Other Electronic and Precision Equipment Repair and Maintenance and 541511, Custom Computer Programming Services.� The anticipated NAICS Codes for Domain 2 are 541330, Engineering Services for Military and Aerospace Equipment and Military Weapons and 541511, Custom Computer Programming Services.� IF YOUR FIRM HAS ALREADY RESPONDED TO THE PREVIOUS RFIs (AUGUST 14, 2019 AND NOVEMBER 1, 2019), PLEASE PROVIDE RESPONSES PERTAINING ONLY TO THIS REVISED RFI, SPECIFIC TO DOMAIN 1 OR DOMAIN 2 IN PART 1 BELOW.� IF YOUR FIRM HAS NOT PREVIOUSLY RESPONDED TO THIS RFI, PLEASE PROVIDE RESPONSES TO THE QUESTIONS IN PART II BELOW. PART I. QUESTIONS FOR FIRMS THAT RESPONDED TO THE PREVIOUS RFI(s): A FIRM MAY RESPOND TO EITHER DOMAIN, BUT NOT BOTH.� PLEASE INDICATE WHAT DOMAIN YOU ARE RESPONDING TO, DOMAIN 1 OR DOMAIN 2. The Government anticipates that individual task orders will encompass the majority (or possibly all) of the work requirements identified in Section C.3.0 (Domain 1) or Section C.4.0 (Domain 2) of the draft Performance Work Statement (PWS), to include paragraphs C.3.1.1 through C.3.1.8, C.3.2, C.3.3, and C.3.4 of Domain 1 and paragraphs C.4.1, C.4.2, C.4.3, C.4.5 of Domain 2, and C.5.0 of the �Common Requirements� section.� Interested parties, capable of managing and performing Domain 1, specific to integrated CLS, holistic training, depot-level maintenance, and related services to support CBRNE systems, equipment and capabilities OR interested parties capable of managing and performing Domain 2, specific to acquisition logistics support, holistic training, and related services to support CBRNE systems, equipment and capabilities shall provide a Capability Statement (8 total page limit on responses, is inclusive of any supporting documentation), responding to the questions below. 1.� Are you responding to Domain 1 or Domain 2? 2.� Is your firm interested in and capable of being a prime or subcontractor on all of the work proposed, in your chosen Domain�s in the revised PWS? (Note: there are changes in Domain 1 as well as the addition of Domain 2). ������� a. If a teaming arrangement is contemplated, please describe (if different from the original response). ������� b. If your firm intends to propose a teaming arrangement and this arrangement is predicated on complying with the National Defense Authorization Act (NDAA) for Fiscal Year 2013, please describe the proposed arrangement and address how the prime (either large business, small business, or small business teaming arrangement) proposed will meet the requirement to conduct at least 51% of the work. Note: Unlike the JE-CLaSS MA IDIQ, the JE-CLaSS II effort shall not have separate Restricted (small business) and Unrestricted (large business) Suites. 3.� Describe the qualifications/capabilities your firm possesses to execute the additional work requirements in the chosen Domain, as outlined in the revised Draft PWS. 4.� In accordance with your chosen Domain, provide at least three (3) relevant examples of past performance similar to the magnitude and scope of the additional PWS requirements for either Domain 1 (paragraph a below) or Domain 2 (paragraph b below). �Please address the following in your response: ����������� a. Domain 1:� ���������� (1) Experience with revising current training products or developing new training products, to include Interactive Multimedia Instruction/Computer Based Training (IMI/CBT) courses, scenarios and assets, and implementing a holistic training approach, using state of the art platforms and technologies and related services for CBRNE systems and the scope of previous support efforts; locations where support was provided; the timeframe associated with the initial development/revisions of the training products to actual implementation; the facility and personnel clearances possessed or if they can be obtained by time of award; and, the dollar range of any related contracts. �������� (2) Experience performing depot-level maintenance; locations where support was provided; the facility and personnel clearances possessed or if they can be obtained by time of award; and, the dollar range of any related contracts. ����������b. Domain 2:� ���������(1) Experience providing acquisition logistics support services. �������� �(2)� Experience with revising current training products or developing new training products, to include Interactive Multimedia Instruction/Computer Based Training (IMI/CBT) courses, scenarios and assets, and implementing a holistic training approach, using state of the art platforms and technologies and related services for CBRNE systems and the scope of previous support efforts; locations where support was provided; the facility and personnel clearances possessed or if they can be obtained by time of award; and, the dollar range of any related contracts. 5.� What suggestions can your firm provide for developing a holistic training approach to meet the Government�s fielding and sustainment needs (as identified in the draft PWS)?� Please address the following in your response:� ������� � a. Proposed approach to include:� scope of training; method(s) for delivery; how it will be managed; how it will be developed and maintained; and how it will be communicated to the intended audience. ��������� b. What capabilities does your firm possess to develop and provide holistic training concepts, approaches and tools? �� ������ c. What methods do you propose to employ to measure or evaluate the effectiveness of the holistic training and its impact on the students' learning style, skills and attitudes? �6. Please provide any questions or additional comments to this outlined requirement. PART II. QUESTIONS FOR NEW FIRMS RESPONDING TO THIS RFI: A FIRM MAY RESPOND TO EITHER DOMAIN 1 or DOMAIN 2, BUT NOT BOTH.� PLEASE INDICATE WHICH DOMAIN YOU ARE RESPONDING TO, DOMAIN 1 OR DOMAIN 2. The Government anticipates that individual task orders will encompass the majority (or possibly all) of the work requirements identified in Section C.3.0 (Domain 1) or Section C.4.0 (Domain 2) of the draft Performance Work Statement (PWS), to include paragraphs C.3.1.1 through C.3.1.8, C.3.2, C.3.3, and C.3.4 of Domain 1 and paragraphs C.4.1, C.4.2, C.4.3, C.4.5 of Domain 2, and C.5.0 of the �Common Requirements� section.� Interested parties, capable of managing and performing Domain 1, specific to integrated CLS, holistic training, depot-level maintenance, and related services to support CBRNE systems, equipment and capabilities OR interested parties capable of managing and performing Domain 2, specific to acquisition logistics support, holistic training, and related services to support CBRNE systems, equipment and capabilities, shall provide a Capability Statement (15 total page limit, inclusive of any supporting documentation), responding to the questions below.� 1.� Are you responding to Domain 1 or Domain 2? 2. Is your firm interested in and capable of being a prime or subcontractor on the related work outlined in the draft RFI for the chosen Domain? ����������� a. If a team arrangement is contemplated, please describe. ����������� b. If your firm intends to propose a teaming arrangement and this arrangement is predicated on complying with the National Defense Authorization Act (NDAA) for Fiscal Year 2013, please describe the proposed arrangement and address how the prime (large, small business, or small business teaming arrangement) proposed will meet the requirement to conduct at least 51% of the work.� Note: Unlike the JE-CLaSS MA IDIQ, the JE-CLaSS II effort shall not have separate Restricted (small business) and Unrestricted (large business) Suites. ���������� c. Does your firm have the capability of completing a portion or section of the contract? For the purposes of this announcement a portion or section of the contract is anticipated to be an individual task order which may include any or all broad-base, JPEO-CBRND interdependent systems deployed worldwide and will include all CLS, PBL and related services support. 3.� Describe the qualifications/capabilities your firm possesses to execute the required work as outlined in the Draft PWS for the chosen Domain. 4.� In accordance with your chosen Domain, provide at least three (3) relevant CLS examples of past performance similar to the magnitude and scope of this requirement as outlined in the RFI Notice for either Domain 1 (paragraph a below) or Domain 2 (paragraph b below). Please address the following in your response: ������������ a. Domain 1: ������������(1) Experience with revising current training products or developing new training products, to include Interactive Multimedia Instruction/Computer Based Training (IMI/CBT) courses, scenarios and assets, and implementing a holistic training approach, using state of the art platforms and technologies and related services for CBRNE systems and the scope of previous support efforts; the timeframe associated with the initial development/revisions of the training products to actual implementation; locations where support was provided; the facility and personnel clearances possessed or if they can be obtained by time of award; and, the dollar range of any related contracts. ����������� (2) Experience performing depot-level maintenance; locations where support was provided; the facility and personnel clearances possessed or if they can be obtained by time of award; and, the dollar range of any related contracts. ������������ c. Domain 2:� ����������� (1) Experience providing acquisition logistics support services. ������������(2)� Experience with revising current training products or developing new training products, to include Interactive Multimedia Instruction/Computer Based Training (IMI/CBT) courses, scenarios and assets, and implementing a holistic training approach, using state of the art platforms and technologies and related services for CBRNE systems and the scope of previous support efforts; locations where support was provided; the facility and personnel clearances possessed or if they can be obtained by time of award; and, the dollar range of any related contracts. 5. Please provide your current socioeconomic status, DUNS number, CAGE code, company information, and related demographic information. 6. Does your firm possess an approved accounting system? 7. Does your firm possess an approved property management system? 8. Do you foresee any issues with performing above operator level maintenance support, to include depot-level maintenance (e.g., any issues with data rights, working with, or establishing an agreement(s) with an Original Equipment Manufacturer (OEM)? 9. What suggestions can your firm provide for developing a holistic training approach to meet the Government�s fielding and sustainment needs (as identified in the draft PWS)?� Please address the following in your response:� ��������� a. Proposed approach to include: �scope of training; method(s) for delivery; how it will be managed; how it will be developed and maintained; and how it will be communicated to the intended audience. ��������� b. What capabilities does your firm possess to develop and provide holistic training concepts, approaches and tools? ��������� c. What methods do you propose to employ to measure or evaluate the effectiveness of the holistic training and its impact on the students' learning style, skills and attitudes? 10.� Please provide any questions or additional comments to this outlined requirement. Small Businesses:� To better define the Small Business Strategy for the JE-CLaSS II, the Government is seeking responses to the additional questions detailed below: 1. �Is your firm considered a Small Business under the following NAICS Codes? ���� Domain 1:� 811219 size standard of $22,000,000; 541511 size standard of $30,000,000. ���� Domain 2:� Is your firm considered a Small Business under NAICS Code 541330 size standard of $41,500,000 or NAICS Code 541511 size standard of $30,000,000. ����� a. If you are considered a Small Business, is your firm experienced, capable and/or have the capability to perform all of the requirements detailed in the Performance Work Statement (PWS), Domains 1 or 2? (Please designate which Domain.) �If not, please describe the areas that your firm cannot perform and why? ����� b. As a small business, is your firm contemplating a Teaming Arrangement that will allow you to complete the PWS requirements as a Prime Contractor? ����� c. Are you capable of performing as a Prime Contractor on task orders in excess of $5M per year? ��������� -$5M through $10M per year? ��������� -$10M through $25M per year? �����������->$25M per year? Responses shall be provided via Email to shantice.m.wright.civ@mail.mil and alex.m.schupp.civ@mail.mil not later than 2:00 PM EST on 8�May 2020 in either Microsoft Word (.doc) or Adobe (.pdf) format. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This is not a request for proposals or quotations, and it is not to be construed as a commitment by the Government to release a solicitation and/or award a contract. �All information received in response to this RFI that is marked Proprietary will be handled accordingly. Primary Point of Contact: Shantice M. Wright, Contract Specialist shantice.m.wright.civ@mail.mil Phone: 4104172803 Secondary Point of Contact: Alex M. Schupp, Contract Specialist alex.m.schupp.civ@mail.mil Phone: 4104361331 Contracting Office Address: 8456 Brigade Street Building E4215 Aberdeen Proving Ground, Maryland 21010-5401 United States
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/482ff1d79701452d85e6ccbf7aef1bc6/view)
- Record
- SN05634608-F 20200425/200423230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |