The RFP Database
New business relationships start here

USEUCOM Joint Training & Exercise Support


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

SOURCES SOUGHT
U.S. European Command (USEUCOM) J7, Joint Training and Exercise Division (JTrEx) Analytical and Technical Support Services

INTRODUCTION
The 409th Contracting Support Brigade, Theater Contracting Center (409th CSB TCC) is issuing this sources sought notice/synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for U.S. European Command (USEUCOM) J7, Joint Training and Exercise (JTrEx) Division. This requirement is for non-personal analytical and technical services to support research and analysis; operations; exercises, design, development, testing and evaluation; and program management efforts associated with the efficient execution and management. The contractor will provide analytical support, technical support, and services for planning, preparing, rehearsing, conducting, and assessing computer-aided joint and combined training events and exercises, table-top exercises, senior leader seminars, conferences, and other events and activities as required. The contractor shall support USEUCOM J7/JTrEx and Component Commands Joint Exercise Program (JEP) planning conferences; scenario development and synchronization workshops; joint simulations event tests, operations, and Command, Control, Communications, Computers, and Intelligence (C4I) stimulation; joint exercise control group operations; facilitated after-action reviews; senior leader seminars; interoperability workshops; table-top exercises; open-source information analysis and exploitation; compilation and reporting of joint doctrine lessons learned; information and knowledge management; telecommunications networks and systems administration; information assurance; data collection and analysis; database management; logistical planning and coordination; role player support to include political-military Subject Matter Expert (SME) support and program administration. To accomplish this support, the contractor shall use all source intelligence, including using the procedures and policies in Sensitive Compartmented Information (SCI) Operations Orders (OPORDS) and databases to test force readiness, particularly in supporting knowledge management functions and in data collection and analysis for these exercises and in real world operations. Support shall be provided to USEUCOM multinational engagement efforts coordinated through the ECJ-7 Directorate, to include support of other Department of Defense (DoD) and non-DoD entities.


The 409th CSB TCC anticipates that no other contractor other than the incumbent can fulfill this requirement due to time constraints caused by host nation laws requiring Department of Defense Contractor Personnel (DOCPER) approvals. A new competitive contract would require a full review of the contract and all positions by the German Foreign Office/Laender and Italian Sending States for compliance with Article 72 (and Notes Verbales) and Article 73 of the Supplemental Agreement to the NATO Status of Forces Agreement, in accordance with USAREUR Regulation 600-700. This DOCPER approval process has historically taken 4-6 months and in some cases over a year to obtain the proper approvals necessary for performance. This synopsis is for a 6-month period of performance to cover a gap in performance due to competing the follow-on contract and allowing the new contractor sufficient time to obtain DOCPER approvals. This contract is expected to be a sole source to Cubic Global Defense, Inc. as a modification to existing contract W564KV-16-C-0064 unless a contractor other than the incumbent can prove they have the capability to adhere to the Performance Work Statement (PWS) and obtain all DOCPER approvals for all necessary positions by 8 Sep 2017.


BASED ON THE RESPONSES TO THIS SYNOPSIS/SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SOLE SOURCE. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.


PLACE OF PERFORMANCE
Ramstein, Germany
Stuttgart, Germany
Additional locations may be added at any time and can span the entire USAREUR Area of Responsibility in accordance with the attached PWS.


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. RESPONSES 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. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT."


PROGRAM BACKGROUND
The objective of this procurement is to obtain the contractor's technical services in support of the Space and Naval Warfare Systems Center Pacific's (SSC Pacific) Command, Control, Communications, and Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) mission to provide the information technology resources essential to the U.S. warfighter and deliver unprecedented offensive power, defensive assurance, and operational independence to Joint Force (JF) Commanders.


REQUIRED CAPABILITIES
The Contractor shall provide analytical and technical support services in support of the areas specified in the PWS attached to this announcement (Attachment 1). The contractor shall be able to support full operational capability by 8 Sept 2017, including showing proof of the ability to obtain DOCPER approvals for all required positions by 8 Sep 2017.


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;
2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability;
3) Proof of the ability to obtain DOCPER approvals for employees in all positions. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


SPECIAL REQUIREMENTS:
• Personnel and Facility Security Clearances. Include a statement similar to: "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 based on the attached PWS for all personnel no later than
8 Sept 2017.
• All DOCPER approvals for all required personnel in accordance with the attached PWS no later than 8 Sept 2017.
• Service Contract Act


ELIGIBILITY
The applicable NAICS code for this requirement is 541990 with a Small Business Size Standard of $15M. The Product Service Code is R412. 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)
The PWS including Personnel Qualifications are attached for review. (Attachment 1)
Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. This capabilities statement must include proof as well as a description of how the contractor plans to obtain or has already obtained the required DOCPER approvals and can be fully operational for this requirement on 8 Sept 2017. The deadline for response to this request is no later than 3 pm, EST, June 28, 2017. All responses under this Sources Sought Notice must be e-mailed to jana.j.bunch.civ@mail.mil and aaron.m.schulz.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 to perform the tasks?
5.) Please note that under DOCPER only 15% of the work can be subcontract.
6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.
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.


The estimated period of performance is 6 months with performance commencing in September 2017.


The contract type is anticipated to be Cost-Plus-Fixed-Fee (CPFF). The Level of Effort for 6 months is estimated at 28,992 man-hours.


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


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 Contract Specialist, Jana Bunch, and Contracting Officer, Aaron Schulz, in either Microsoft Word or Adobe Portable Document Format (PDF), via email at jana.j.bunch.civ@mail.mil and aaron.m.schulz.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 via email. 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.


Jana Bunch, Contract Specialist, Phone +496111435426837, Email jana.j.bunch.civ@mail.mil - Aaron Schulz, Contracting Officer, Phone +496111435426836, Email aaron.m.schulz.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP