Industry Day for the Futures and Concepts Center (FCC)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
INTRODUCTION:
The Mission and Installation Contracting Command, Fort Eustis and the Futures and Concepts Center (FCC) are hosting and an ‘Industry Day' on 7 May 2019, as a means of providing information about the requirements of the FCC in relationship to the performance work statement and provide one-on-one sessions with the acquisition team.
LOCATION/DATE/TIME:
Wylie Theater
Building 705
Fort Eustis, VA
7 May 2019
0800-1100
INSTRUCTIONS:
Sign-in will begin promptly at 0730 EST. Presentation will begin promptly at 0800 and end at 1100.
Any questions must be submitted via email to Melinda Paynter at melinda.c.paynter.civ@mail.mil and CC: Delphia (Del) Celano at delphia.j.celano.civ@mail.mil no later than 2 May 19 in order to be addressed at either Industry Day or in a follow-up FBO posting. All submissions shall be clearly marked ‘Question(s) for Futures and Concepts Center (FCC) Industry Day 2019'.
Each attendee shall register individually by 1 May 2019 at the following website in order to reserve a seat for the Industry Day: https://www.eventbrite.com/e/industry-day-for-the-futures-and-concepts-center-fcc-tickets-60809638265
One representative of the Offerors team can also register by 1 May 2019 for a one-on-one session with the acquisition team by sending an email to melinda.c.paynter.civ@mail.mil and CC: Delphia (Del) Celano at delphia.j.celano.civ@mail.mil. The email subject shall contain ‘FCC One-on-one Session' Registration.
There is no fee to attend, however registration is mandatory. There are no limitations to the number of representatives who can attend the Industry Day, however, due to space limitations, no more than four (4) representative from each potential Offeror will be permitted to attend the one-on-one sessions.
The one-on-one sessions will be thirty (30) minutes in length and begin at 1230 following the Industry Day. The sessions will be conducted in the MICC Conference Room, #151. Members of the acquisition team will be available to provide answers to questions or receive input. Please note all questions and responses will be captured during the sessions. Questions and responses will be posted to FBO in a follow-up posting. If any questions are deemed procurement sensitive it will be the Offerors responsibility to bring this to the attention of the Contracting Officer at commencement of the session. Those requesting one-on-one sessions will be notified in advance of their reserved time. Sessions will be limited to thirty (30) minutes (firm). Please be at least 10 minutes early for your designated session. Reschedules will not be permitted.
This requirement is being procured on a competitively on a full and open basis.
The draft RFP is attached.
Required mission support may consist of any single or a combination of multiple task areas from the five (5) task areas, as defined in the draft PWS:
Task Area One - Capability Development Support
Task Area Two - Experimentation and Evaluation Support
Task Area Three - Synergy Support
Task Area Four - Information Technology and Information Management Support
Task Area Five - Army Futures Command Modernization Process and Futures Development Process.
ELIGIBILTY
The applicable NAICS code for this requirement is 541690 with a Small Business Size Standard of $15M. The Product Service Code is B599. Businesses of all sizes are encouraged to attend the event. It is required that all contractors doing business with the Government be registered with the System for Award Management (SAM) at website: https://www.sam.gov.
This requirement is for an indefinite delivery/indefinite quantity (ID/IQ) multiple award task order contract (MATOC) to acquire mission support services. The Government anticipates a maximum ceiling value of $240M over the life of the FCC MATOC. The estimated period of performance consists of a five year ordering period with estimated performance commencing on or about December 2019.
TOs awarded under this IDIQ MATOC will be Firm Fixed Price (FFP) with reimbursable contract line item numbers (CLIN) for Other Direct Costs.