Oklahoma Bids > Bid Detail

Fires Battle Lab Experimentation and Wargaming Support

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159108753313951
Posted Date: Oct 31, 2022
Due Date: Nov 7, 2022
Solicitation No: PANMCC-22-P-0000004379
Source: https://sam.gov/opp/ccad177555...
Follow
Fires Battle Lab Experimentation and Wargaming Support
Active
Contract Opportunity
Notice ID
PANMCC-22-P-0000004379
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
MISSION & INSTALLATION CONTRACTING COMMAND
Sub Command 3
FDO EUSTIS
Office
W6QM MICC-FDO FT EUSTIS
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 31, 2022 08:47 am EDT
  • Original Response Date: Nov 07, 2022 10:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U008 - EDUCATION/TRAINING- TRAINING/CURRICULUM DEVELOPMENT
  • NAICS Code:
    • 541990 - All Other Professional, Scientific, and Technical Services
  • Place of Performance:
    Fort Sill , OK
    USA
Description

United States Army Futures Command (AFC) Futures and Concepts Center (FCC) Fires Battle Lab (FBL) Experimentation and Wargaming Support





INTRODUCTION/BACKGROUND





The Mission Installation and Contracting Command (MICC) - Fort Eustis is conducting market research to identify parties that are interested in, and have the resources to provide all personnel to support the establishment of technical network and simulations environment to support Fires Battle Lab experiments, demonstration, analysis and training.





PREVIOUS CONTRACT HISTORY





This requirement is presently supported by Tec-Masters Inc., through GS-00F-0004X W9124L-18-F-0007 P00008, a single award Firm Fixed Price contract.





DISCLAIMER





THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR QUOTE (RFQ)” TO BE SUBMITTED. 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFQ OR INVITATION FOR BID (IFB) OR REQUEST FOR PROPOSAL (RFP), IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE), AS APPLICABLE. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT, AS APPLICABLE.





BASED ON THE RESPONSES TO THIS SOURCES SOUGHT, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Respondents must submit capability statements that clearly define the firm’s ability to perform the work stated in this sources sought notice in conjunction with the DRAFT Performance Work Statement (PWS).





This Sources Sought is issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of United States Government. The purpose of this announcement is to help the United States Government understand the industry best practices and technical solutions capable of providing the full range of requirements described in this announcement. The US Government will use this market research information to assess the market's capability to successfully meet the United States Government requirements.





PLACE OF PERFORMANCE





Performance oversight is provided by the AFC FCC Fort Sill, Oklahoma.





PERIOD OF PERFORMANCE





The Government intends to make one single FFP contract award with a one-year phase in, one base year and four (4) twelve-month option years.





CONTRACT TYPE





The anticipated contract type is Firm Fixed Price.





REQUIRED CAPABILITIES





The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to satisfy performance requirements as defined in the draft PWS (see attached).





If your organization has the potential capacity to perform these contract services, please provide the following information:





1) Organization name, address, Web site address, point of contact email address and telephone number, business size, DUNS number, CAGE code, socio-economic status, and type of organizational ownership; and



2) Tailored capability statements addressing the particulars of this effort listed within this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.





The Government will review market information to ascertain potential market capacity to:






  1. Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated;

  2. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements;

  3. Implement a successful project management plan that defines a management system to plan and control work efforts under this contract including hiring and retention of key personnel with the requisite experience and expertise; and

  4. Provide services under a performance based service acquisition contract.





ELIGIBILITY





The anticipated North American Industry Classification System (NAICS) code for this requirement is 541990, All Other Professional, Scientific, and Technical Services with a Small Business Size Standard of $17 million. The anticipated Product Service Code is U008, Education/Training – Training/Curriculum Development. Businesses of all sizes are encouraged to respond, however, each respondent must clearly identify their business size in their capabilities statement.





ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)





A draft PWS is attached for review.





Interested parties are requested to submit a capabilities statement of no more than fifteen (15) pages in length in Times New Roman font of not less than 10 point font. The deadline for response to this request is no later than 10AM, EST, November 7, 2022. All responses under this request must be e-mailed to:






  1. Drena McIntosh, Contracting Officer at drena.j.mcintosh.civ@army.mil and

  2. Mai-Ly Lindfors, Contract Specialist at anna.m.lindfors.civ@army.mil.





Please provide a Capabilities Statement, which must address at a minimum the following items:






  1. Describe your ability to meet the requirements in the Draft PWS.

  2. Describe the type of work your company performed in the past in support of the same or similar requirements? Specify whether support was provided as a prime contractor or a subcontractor.

  3. If the intention is to compete as a Prime Contractor, describe and demonstrate your ability to successfully participate as a Prime Contractor on this requirement. Also, indicate the percentage of work you intend to perform with company resources, as well as the percentage of work you intend to subcontract, broken out by large and small business subcontractor categories.

  4. If the intention is to compete as a small-business prime, please identify what percentage of work will be performed by the small business prime contractor and all similarly situated entity subcontractors (Note: In accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2020-O0008) “Similarly situated entity” means a first-tier subcontractor, including an independent contractor, that has the same small business program status as that which qualified the prime contractor for the award and that is considered small for the NAICS code the prime contractor assigned to the subcontract the subcontractor will perform. An example of a similarly situated entity is a first-tier subcontractor that is a HUBZone small business concern for a HUBZone set-aside).

  5. Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business concern.

  6. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods.

  7. Can, or has your company managed a task of this nature?

  8. Can or has your company managed a team of subcontractors before? If so, provide details.

  9. What specific technical skills does your company possess which ensure capability to perform the tasks?

  10. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.

  11. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.

  12. Please offer recommendations to improve the approach (including contract type)/specifications (including NAICS and PSC)/draft PWS to acquiring the identified services.

  13. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.





Upon assessment of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.





All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.





No phone calls will be accepted.





All questions must be submitted to the contract individuals identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Attachments/Links
Contact Information
Contracting Office Address
  • KO DIRECTORATE OF CONTRACTIN 2798 HARRISON LOOP COMPLEX
  • FORT EUSTIS , VA 23604-5538
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 31, 2022 08:47 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >