The RFP Database
New business relationships start here

Army Capabilities Integration Center (ARCIC) Mission Support


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

INTRODUCTION

The Mission and Installation Contracting Command, Fort Eustis is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for the Army Capabilities Integration Center (ARICIC) Mission support services. The intention is to procure these services on a competitive basis.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. 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.


PLACE OF PERFORMANCE: The work under this contract shall be performed predominately at Government facilities on Fort Eustis, Fort Bliss, White Sands Missile Range, the National Capital Region, and at the TRADOC Centers of Excellence, which include Fort Benning, Fort Gordon, Fort Huachuca, Fort Lee, Fort Leonard Wood, Fort Leavenworth, Fort Rucker, and Fort Sill. However, attendance at meetings, briefings, conferences, and events both locally and at remote locations, including possibly OCONUS, shall be required. Individual task orders will specify specific requirements in detail, along with acceptable levels of performance and other pertinent information relative to the task(s).



DISCLAIMER


"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" 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 REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT."


PROGRAM BACKGROUND


The Army Capabilities Integration Center (ARCIC) is designated as the organization which develops concepts, learns, and integrates capabilities to improve our Army and ensure the effectiveness of the Joint Force. In accordance with these assignments, the ARCIC provides the following: ARCIC is a subordinate organization of U.S. Army Training and Doctrine Command (TRADOC) at Fort Eustis, Virginia, is one of the leading organizations that assists the Army in preparing for current and future warfighting challenges. The successful development and integration of Doctrine, Organization, Training, Materiel, Leadership and Education, Personnel, and Facilities (DOTMLPF) solutions by ARCIC is critical to improving the capabilities of the Army warfighter. ARCIC actively supports the Army's transition to a future force - one that is focused on developing adaptive leaders and organizations, modernizing equipment, and revolutionizing training. Because the combat operations in which the Army participates are inherently Joint, ARCIC cannot accomplish its mission in isolation. ARCIC must coordinate its activities with the TRADOC staff, TRADOC's subordinate schools and Centers of Excellence (CoEs), other Army commands (ACOMs), the Services, and Joint, Interagency, Intergovernmental and Multi-national (JIIM) partner organizations.


REQUIRED CAPABILITIES


Task order requests (TORs) may originate from any ARCIC subordinate organization, Department of Defense (DOD), or Department of the Army (DA) agency working initiatives in support of the ARCIC. Known contract requirements anticipated to be issued via TOR(s) currently exist within the following ARCIC activities: Information Integration Directorate; Operations, Plans, and Policy Division; Joint and Army Experimentation Division; Future Warfare Division; Joint and Army Models/Simulations Division; Concept Development and Learning Director's Office; Joint Interdependency Coordination Division; Human Dimensions Task Force; LandWarNet Division; Sustainment Division; Maneuver Division; Maneuver Support/Protection Division; Fires Division; Accelerated Capabilities Division; Studies and Analysis Division; Mission Command, Intelligence and Cyber Division; and the Brigade Modernization Command Required mission support may consist of any single or a combination of multiple task areas from the four task areas defined below:


Task Area One - Capability Development Support
Task Area Two - Experimentation and Evaluation Support
Task Area Three - Synergy Support
Task Area Four - Information Technology and Information Management Support


The draft Performance Work Statement is attached.


If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, 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 evaluate 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 includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.


SPECIAL REQUIREMENTS:
•Personnel and Facility Security Clearances. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret/Top Secret Facility Clearance.
•Service Contract Act


ELIGIBILITY


The applicable NAICS code for this requirement is 541690 with a Small Business Size Standard of $15M. The Product Service Code is B599. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. It is required that all contractors doing business with the Government be registered with the System for Award Management (SAM) at website: https://www.sam.gov.


ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


Interested parties are requested to submit a capabilities statement of no more than twenty-five (25) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST 18 June 2018. All responses under this Sources Sought Notice must be e-mailed to melinda.c.paynter.civ@mail.mil and gina.d.dedmon.civ@mail.mil


This documentation must address at a minimum the following items:


1.) What type of work has your company performed in the past in support of the same or similar requirement?


2.) Can or has your company managed a task of this nature? If so, please provide details.


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


4.) What specific technical skills does your company possess which ensure capability and capacity to perform the tasks?


5.) 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.


6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history for the last three years, office locations, DUNs number, information on company's ability to sustain growth (including any lines of credit); relevant past performance on same/similar work for not more than three years.


7.) 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.


8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.


This requirement is for an indefinite delivery/indefinite quantity (ID/IQ) multiple award task order contract (MATOC) to acquire mission support services. The Government anticipates a maximum ceiling value of $240M over the life of the ARCIC MATOC. The estimated period of performance consists of a five year ordering period with estimated performance commencing in December 2019.


TOs awarded under this IDIQ MATOC may be FFP with reimbursable contract line item numbers (CLIN) for Other Direct Costs or Cost Plus Fixed Fee.


The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.


Upon evaluation 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.


Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Melinda Paynter, in either Microsoft Word or Portable Document Format (PDF), via email melinda.c.paynter.civ@mail.mil.


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 specialist 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.


 


Melinda Paynter, Email melinda.c.paynter.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP