The RFP Database
New business relationships start here

PMCCS Program Management Support


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

INTRODUCTION


The U.S. Army Contracting Command - New Jersey (ACC-NJ) on behalf of the Project Manager for Close Combat Systems (PM CCS) issues this sources sought notice as part of conducting market research to identify parties having an interest in and the capabilities/resources to support the requirement for Program Management Support, Information Technology Support, and Administrative Support for the entire range of PM CCS products.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESS (IN FULL OR IN PART) OR MAY BE PROCURED WITHOUT RESTRICTION 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 or any market research results.


DISCLAIMER


"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A SOLICITATION or REQUEST FOR PROPOSAL (RFP). THIS NOTICE IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES TO THIS NOTICE, IN ANY FORM, ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. PREPARATION OF RESPONSES TO THIS NOTICE IS AT THE SOLE EXPENSE OF THE RESPONDENT AND WILL NOT BE REIMBURSED/FUNDED BY THE GOVERNMENT. NO BASIS FOR CLAIMS AGAINST THE GOVERNMENT SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT NOTICE. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDENT. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUESTS FOR QUOTE (RFQ) OR INVITATIONS FOR BID (IFB) OR RFP, IF ANY ARE ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF INTERESTED FIRMS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THE CONTENT OF THIS NOTICE."


REQUIRED CAPABILITIES


Contractor support services are required for life cycle management of multiple munition/ammunition product lines overseen by the Project Manager for Close Combat Systems (PM CCS) at the locations below, and the Contractor's facility, as necessary, to effectively meet mission critical Government requirements.


Full-Time Equivalent Performance Locations (Government Facilities):
PM-CCS, Picatinny Arsenal, NJ
Fort Leonard Wood, MO
Joint Base Langley-Eustis, VA
Fort Rucker, AL


Other Performance Locations:
Contractor Facility, as necessary


Temporary Duty Locations:
Continental United States (CONUS) and Outside the Continental United States (OCONUS) travel may be necessary to meet certain program specific requirements. Travel requirements will be determined at the task order level as necessary. It is not anticipated that travel will be required to Forward Operating or areas where a Status of Forces Agreement is in place. Theater Business Clearance (TBC) will not be required under the anticipated effort.


The capabilities required cover a broad range of expertise. Respondents should specify if they are able to provide all of the requested capabilities or only specific areas. The Contractor shall provide the appropriate personnel required to assist Government resources to support this requirement. Contractor shall provide support services to the following PM CCS areas of responsibility for Project Manager, Deputy Project Manager, Business Division, Product Managers (PdMs), Product Directors (PDs) and Product Leaders (PdL), currently organized as ; PdM Gator Landmine Replacement Program (PdM GLRP); PdL Support Systems (PdL SS); PdD Combat Armaments Protection Systems (PD CAPS). The overarching manager of offices of the Project Managers, the Program Executive Officer for Ammunition (PEO Ammo), may also be supported by contracted Administrative Support.


TASK SUPPORT AREAS include:


Program Management Support - The contractor shall assist in strategic planning, analysis, program management, and the development of tools to manage resources in all aspects of their operations. The contractor shall support the Material Release process to include preparation of documentation and conduct of supporting analyses. The contractor shall provide production planning/analysis and support. The contractor shall assist in the ammunition management process which includes Insensitive Munitions compliance; War Reserve and Annual Training Requirements; production planning and scheduling; Industrial Base and Producibility Assessments, inventory status, age, quality & location; Industrial Base and Producibility Assessment; environmental and demilitarization needs of the program; Annual Training Requirements for PM CCS personnel. The contractor shall prepare and review program management documentation for Milestone reviews, Type Classification, and In Process Reviews (IPR), including Configuration Management Plans, Risk Assessments, and System Training Plans. The contractor shall assist with the facilitation of outreach engagements and activities with leaders and key staff from numerous supported or partner organizations and stakeholders relevant to the PM's missions at various levels from user to General Officer/Senior Executive Service (SES).


Administrative Support - The contractor shall provide general administrative support for functions related to PM CCS programs, employees, staffing, audits and associated acquisitions. Support includes refining internal business procedures; calendar maintenance; setting up meetings; taking messages; preparation of travel orders, and other administrative information as needed to support program management and Government personnel. Information support to include preparation, consolidation and formatting of internal forms and reports as well as transfer and entry of program information into and between Government computer based systems and databases. Occasional administrative support may be needed in support of PEO Ammo.


Information Technology (IT) Support - The contractor shall assist with maintenance of the PM CCS website to keep it operational and current with up to date program information. Contractor shall maintain the website policies.


In addition to the task areas described above, respondents should include the following information:


1. Briefly describe any experience providing support to the entire family of PM CCS products in the following lines: Mines, Networked Munitions, Demolitions, Grenades, Non-Lethal Systems, Non-Lethal Ammunition, Pyrotechnics, Shoulder-Launched Munitions, Special Projects, Countermine systems and Explosive Ordnance Disposal. Provide the contract number, period of performance, brief description of the effort and whether performance was as a prime contractor or subcontractor.


2. Describe the level of expert knowledge your labor force possesses, specific to the family of PM CCS products. Include labor category descriptions and the associated education levels or equivalent experience.


3. Describe your firm's ability (in-house or sub-contracted) to provide program management support, IT support, and administrative support. Address what (if any) capabilities may be subcontracted in order to meet the requirements.


4. Past Performance on contracts with Government agencies and private industry in terms of cost control, quality work, and compliance with performance schedules. Respondents can include additional information, such as brochures, reports, or any other specific information that would enhance the Government's evaluation of the current market conditions for a service contract of this nature. (Note that information supplied will not be returned, and will not be disclosed or released outside the Government.)


SPECIAL REQUIREMENTS: Any resulting contract is anticipated to have a security classification level of Secret. In your response, address the following-
Respondents should address their ability to acquire, handle and store classified information and data up to the Secret level. (Secret Clearance level is required of the prime contractor and all contractor employees to work under the anticipated effort.)


In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 239.71, this requirement is subject to the Clinger-Cohen Act. All contractor employees will be required to have DoD-approved information assurance certifications and training as listed in DoD 8570.01-M pursuant to DFARS 252.239-7001. Pursuant to DFARS 252.239-7000, the contractor shall provide protection against compromising emanations by use of only information technology that has been accredited to meet the appropriate information assurance requirements.


Service Contract Labor Standards - Pursuant to FAR 22.1002-1, certain labor categories necessary to meet the requirements may be subject to Service Contract Labor Standards (formerly known as the Service Contract Act of 1965), as well as the Fair Labor Standards Act of 1938. Respondents should include their most recent Department of Labor Wage Determination for their locality.


Contractors may be required to have in place a compliant Government Furnished Property (GFP) Management System pursuant to FAR 45.105.


It is required that all contractor employees shall be citizens of the United States for the performance of requirements under the anticipated effort.


ELIGIBILITY


The applicable North American Industrial Classification System (NAICS) code for this requirement is 541611 - Administrative Management and General Management Consulting Services with a Small Business Size Standard of $15M. The Product Service Code (PSC) is R408 - Support - Professional: Program Management/Support. 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


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, current business size status and company profile to include number of employees, annual revenue history, office locations, Dun and Bradstreet (DUNs) number, Commercial and Government Entity (CAGE) code; 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; 3) Provide an explanation of your company's ability to perform 50% or more of the tasking described above. Note that should any subsequent requirement be set aside for Small Business, 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.


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.


The estimated period of performance consists of 6 (six) months with performance commencing in March 2018.


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.


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 via email to the contract specialist identified below:


Interested parties are requested to submit their response to this Sources Sought Notice, electronically to Christina Hilton, Contract Specialist, ACC-NJ-CC, at christina.m.hilton.civ@mail.mil, in either Microsoft word or Portable Document Format (PDF) in no less than 10 point font. The deadline for response to this request is 1:00 pm, EST, 28 November 2017. Reference the Sources Sought number W15QKN-18-X-00HB in the Subject line. Email submittals are restricted to a maximum file size of eight (8) Megabytes (MB). In the event that the mail submission is larger than 8MB, separate into several emails or contact the Contract Specialist via email for additional instructions. Information and materials submitted in response to this request WILL NOT be returned.


Christina M. Hilton, Contract Specialist , Phone 9737245293, Email christina.m.hilton.civ@mail.mil - Rebecca Markell, Contract Specialist, Phone 9737243181, Email rebecca.l.markell.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP