Deployment Operations Specialist
INTRODUCTION The Mission Installation Contracting Command - Fort Hood, Texas is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in ... INTRODUCTION The Mission Installation Contracting Command - Fort Hood, Texas 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 two (2) Deployment Operations Specialist. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools materials, supervision, and other items and non-personal services necessary to perform Deployment Operations Specialist, as defined in the Performance Work Statement. The intention is to procure these services on a competitive basis Site visit is not applicable for this requirement. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. 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 Location: III Corps Headquarters, Building 1001, Fort Hood, Texas 76544 (G5 Strategic Movements) % On-Site Government: 100% % Off-Site Contractor: 0% 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 (III Corps G5), is designated as the Strategic Operations Branch. REQUIRED CAPABILITIES The Contractor shall provide two (2) Deployment Operations specialists who shall be able to perform the following services: Create, refine and provide analysis of Time Phased Force Deployment Data (TPFDD) using the Joint Operations Planning and Execution System (JOPES). Manage and request for the validation of Unit Line Numbers (ULN) to support force deployments and redeployments following JOPES procedures and published Letters of Instruction (LOI). Coordinate with Central Command (CENTCOM)/Forces Command (FORSCOM)/ Army Central Command (ARCENT)/ Joint Forces Command (JFCOM)/ and Headquarters Department of the Army (HQDA), supporting commanders and agencies to properly manage and validate III Corps deployment of forces in support of exercise and crisis operations. Interact with subordinate units, major subordinate commands, supporting commands, adjacent/higher headquarters and civilian agencies to get the information needed to build and validate Unit Line Numbers (ULNs) on a timeline that is required by FORSCOM/COCOM Headquarters. Comply with all directives, regulations, plans, and requirements emanating from the Joint Chief of Staff (JCS), HQDA, and Unified Commands on movement requirements, transportation mobility planning, and the transportability of unit and material on military and civilian conveyances. Prepare and present briefings to Major Commands (MACOM) staff principals, other staff elements, and installation agencies on JOPES procedures and policies in effect. Schedule passenger movements in the Global Air Transportation Execution System • Provide information and briefings on TPFDD updates and current unit status to III Corps Commander and staff. Be prepared to represent III Corps equities at TPFDD Force Flow Conferences at various locations within the Continental United States (CONUS) as required. The following skill sets and functional expertise are required: Current Secret security clearance. Certified Joint Operations Planning and Execution System (JOPES) Action Officer Course and/or Support Personnel Course. A minimum of five years of experience in operational and contingency planning, and a minimum of two years of experience obtaining, creating, refining, and updating Time- Phased Force Deployment Data (TPFDD) in JOPES. Further detail is provided in the draft Performance Based Work Statement (PBWS) attached to this announcement. 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. Contractor shall ensure the two (2) Deployment Operations Specialists they are putting forth for this requirement have a current Secret Security Clearance at the time of award. A DD Form 254 Contract Security Classification Specification shall apply to this requirement for each of the two (2) Deployment Operations Specialist. • Service Contract Act ELIGIBILITY The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $15.0 M. The Product Service Code is R699. 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 Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description 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. The deadline for response to this request is no later than 4:30 pm, Central Time, 29 March 2019. All responses under this Sources Sought Notice must be e-mailed to the following email recipients: joshua.p.barbero.civ@mail.mil, madge.a.lewis2.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.) in accordance with FAR 52.219-14 Limitations on Subcontracting (DEVIATION 2019-O0003), the small business agrees that it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. 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 consists of one (1) twelve (12) month base year plus four (4) option years. With performance of the contract commencing at a time To Be Announced (TBA). The contract type is anticipated to be Firm Fixed Price (FFP). 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, Joshua Barbero, and the Contracting Officer, Madge Lewis in either Microsoft Word or Portable Document Format (PDF), via email addresses: (joshua.p.barbero.civ@mail.mil; madge.a.lewis2.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. If you believe you identify any condition or action that could possibly have the effect of unnecessarily restricting competition with respect to this acquisition, please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and your rationale for such conclusion.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »