The RFP Database
New business relationships start here

TRADOC G2 ISRMAT


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

The purpose of this Sources Sought Announcement is to gain knowledge on interest, technical capability, and financial capacity of potential qualified small business firms. Responses to this Source Sought will be used by the government in making appropriate acquisition decisions to include extent of competition. The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure contract services to support the U.S. Army Training and Doctrine Command (TRADOC), G2's Intelligence, Surveillance, and Reconnaissance Mobile Assistance Team (ISRMAT) requirement. The principal place of performance for support is Fort Eustis, Virginia; however other locations, including OCONUS, will be required in order to provide flexibility for the emerging and unique mission.


The US Army Training and Doctrine Command (TRADOC) Office of the Deputy Chief of Staff, G-2, is responsible for providing intelligence, surveillance and reconnaissance support to (ISAF) Special Operations Forces (SOF) in the form of mobile assistance teams that train Soldiers in theater. This is a requirement for trained and certified Intelligence, Surveillance, and Reconnaissance Mobile Assistance Team (ISRMAT) personnel to provide ISR advisory and assistance capacity to the Regional Commands (RC) and Train Advise and Assist Commands (TAAC), Combined Joint Special Operations Task force (CJSOTF) and International Security Assistance Force - Special Operations Force (ISAF-SOF), focused on improving staff communication and processes, refinement of planning and requirements, and increasing ISR effectiveness for boots on the ground.


Responses are being sought from HUBZone small business firms using North American Industry Classification System (NACIS) Code 541990 - All Other Professional, Scientific, and Technical Services, with a small business size standard of $15.0 million. The estimated price for the resulting contract is $10M.


Responses shall not exceed 10 pages. Additional pages beyond 10 will be removed; cover letters and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items.


a) Company name, address, CAGE code, and points of contact with telephone numbers and email addresses.


b) Business size/classification to include socioeconomic designation of the company (i.e., HUBZone, Women Owned Small Business, Veteran Owned Small Business, Small Disadvantaged Business, Service Disabled Veteran Owned Small Business, etc.).


c) Information to assess personnel capacity to support a procurement of this magnitude. Identify current number of employees and ability to quickly ramp up within a 60 day phase-in for performance. Also address meeting the requirement for personnel security clearances during this ramp up.


d) Gross Average revenue for the last three (3) years.


e) Submit information to assess financial capacity for a procurement of this magnitude to include a description of financial capacity and growth capability to perform services of this magnitude.


f) Tell the Government why this requirement should not go a large business.


It is imperative that business responding to this Sources Sought notice articulate their experience with deploying teams into theaters of operation, including experience with Theater Business Clearances, arming for personal protection and effectively managing deployments to multiple theaters simultaneously. Offerors will be required to have proper Visas and Business Licenses. All team members (prime, subs, joint venture members, etc.) will have to have a current Afghanistan Business License and at least one team member (prime, sub, joint venture member, etc.) will have to have a current Iraq Business License.


Include how your firm, or you in partnership with another firm, can or has in the past, provided services similar or the same as each identified area. Describe your firm's capability to provide the specified support and support services. Capabilities must be articulated in sufficient detail for the Government to determine if the company possesses the necessary area of expertise and experience to compete for this acquisition.


Industry input is also requested on the DRAFT Performance Work Statement (PWS) that is attached. QUESTIONS AND/OR FEEDBACK RELATED TO THE PWS MUST BE SUBMITTED AS A SEPARATE DOCUMENT.


Responses will only be accepted via e-mail. Telephonic responses will not be honored. Please send your responses to MICC - Fort Eustis by 4:00 p.m. EDT, Thursday, October 26, 2017. Submissions may be sent to Alecia Jackson at alecia.s.jackson.civ@mail.mil or Shaina McKeel at shaina.s.mckeel.civ@mail.mil.


This is NOT a Request for Proposal. IF A SOLICITATION IS ISSUED, IT WILL BE ANNOUNCED AT A LATER DATE.


All interested parties shall respond to that solicitation announcement separately from this sources sought announcement. No award will result from this sources sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government.


This Sources Sought Synopsis is issued for maximizing competition. Should anything in the requirement be construed as limiting competition, please feel to contact the MICC Advocate for Competition at scott.d.kukes.civ@mail.mil. Include the subject of the acquisition, this announcement, and the MICC POC information from this FedBizOpps notice. Finally, please provide the specific aspects that unreasonably restrict competition and your rationale.


Alecia Jackson, Phone (757) 501-8130, Email alecia.s.jackson.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP