Search Contract Opportunities

G-3/5/7 Plans and Operations Support

ID: W91249-12159246 • Type: Sources Sought

Description

Posted: Feb. 11, 2025, 2:28 p.m. EST

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES

INTRODUCTION

The Mission and Installation Contracting Command, Fort Eisenhower, GA 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 commercial internet. The intention is to procure these services on a 8(a) small business set-aside basis.

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

100% On-Site Government

Fort Eisenhower, GA 30905

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 Cyber Center of Excellence, is requesting 2-Star Level planning and operations support to the U.S. Army Cyber Center of Excellence (CCoE) G-3/5/7 and Fort Eisenhower, Georgia. This effort will support the CCoE' s mission to train and educate the world's best Cyberspace, Electronic Warfare (EW), and Signal Operators while developing DOTMLPF-P solutions, in order to conduct effective and integrated cyberspace, EW, and signal operations supporting Unified Land Operations (multi-domain battle).

REQUIRED CAPABILITIES

The Contractor shall provide services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Work Statement attached to this announcement (Attachment 1).

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.

ELIGIBILITY

The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $24,500,000. The Product Service Code is R699. All small business concerns, in all socioeconomic categories are encouraged to respond; however, each respondent must clearly identify their capabilities in meeting the requirement at a fair market price.

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 2 pm, EST, 14 February 2025. All responses under this Sources Sought Notice must be e-mailed to tia.j.harris.civ@army.mil and Ashley.T.Scott3.civ@army.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 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 PBSOW 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, 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 base year plus three option years with performance commencing in March 2025.

The contract type is anticipated to be Firm-Fixed Price.

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, Tia Harris, and Contracting Officer, Ashley Scott in either Microsoft Word or Portable Document Format (PDF), via email tia.j.harris.civ@army.mil and Ashley.T.Scott3.civ@army.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/ contracting officer 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.

Posted: Feb. 11, 2025, 11:58 a.m. EST
Posted: Feb. 10, 2025, 8:51 a.m. EST
Background
The Mission and Installation Contracting Command at Fort Eisenhower, GA is conducting market research to identify parties capable of providing commercial internet services. This effort is part of the Cyber Center of Excellence's (CCoE) mission to train and educate personnel in Cyberspace, Electronic Warfare (EW), and Signal Operations.

The contract aims to support the CCoE's objectives in developing effective integrated operations for Unified Land Operations.

Work Details
The contractor shall provide comprehensive planning and operations support for the CCoE G-3/5/7. This includes:

1) Event Planning: Organizing logistics, documentation, transportation, and presentations for various military events;

2) Military Operations Planning: Assisting in strategic and tactical military exercise planning;

3) Military Orders Analysis: Analyzing military orders for compliance with established guidelines;

4) Military Orders Writing: Drafting military orders while ensuring adherence to CCoE standards.

The contractor must manage administrative and technical issues that arise during contract performance, ensuring all products meet quality control standards.

Period of Performance
The period of performance includes a base year from March 1, 2025, to February 28, 2026, with three additional option years extending through February 28, 2029.

Place of Performance
Fort Eisenhower, GA 30905

Overview

Response Deadline
Feb. 14, 2025, 2:00 p.m. EST Past Due
Posted
Feb. 10, 2025, 8:51 a.m. EST (updated: Feb. 11, 2025, 2:28 p.m. EST)
Set Aside
8(a) (8A)
Place of Performance
Fort Eisenhower, GA 30905 United States
Source
SAM

Current SBA Size Standard
$24.5 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Odds of Award
23%
Signs of Shaping
The solicitation is open for 4 days, below average for the MICC Fort Gordon. 56% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 2/10/25 MICC Fort Gordon issued Sources Sought W91249-12159246 for G-3/5/7 Plans and Operations Support due 2/14/25. The opportunity was issued with a 8(a) (8A) set aside with NAICS 541611 (SBA Size Standard $24.5 Million) and PSC R699.
Primary Contact
Name
Tia Harris   Profile
Phone
None

Secondary Contact

Name
Ashley Scott   Profile
Phone
None

Documents

Posted documents for Sources Sought W91249-12159246

Question & Answer

Incumbent or Similar Awards

Contracts Similar to Sources Sought W91249-12159246

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W91249-12159246

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W91249-12159246

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > MISSION & INSTALLATION CONTRACTING COMMAND > FDO EUSTIS
FPDS Organization Code
2100-W91249
Source Organization Code
500036669
Last Updated
March 1, 2025
Last Updated By
tia.j.harris.civ@army.mil
Archive Date
March 1, 2025