Kentucky Bids > Bid Detail

Request for Information to Assist in Market Research for Future Requirement Similar to Special Operations Forces (SOF) Global Logistics Support Services (GLSS) Contract

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159590831698215
Posted Date: Mar 22, 2024
Due Date: Oct 18, 2023
Solicitation No: H9225423RGLSS
Source: https://sam.gov/opp/eb39f2c0a4...
Follow
Request for Information to Assist in Market Research for Future Requirement Similar to Special Operations Forces (SOF) Global Logistics Support Services (GLSS) Contract
Active
Contract Opportunity
Notice ID
H9225423RGLSS
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
US SPECIAL OPERATIONS COMMAND (USSOCOM)
Office
SPECIAL OPERATIONS FORCES SPT ACTY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 22, 2024 02:18 pm EDT
  • Original Published Date: Sep 26, 2023 09:18 am EDT
  • Updated Response Date: Oct 18, 2023 05:00 pm EDT
  • Original Response Date: Oct 18, 2023 05:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 01, 2024
  • Original Inactive Date: Jan 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: R706 - SUPPORT- MANAGEMENT: LOGISTICS SUPPORT
  • NAICS Code:
    • 561990 - All Other Support Services
  • Place of Performance:
    Lexington , KY 40516
    USA
Description View Changes

**UPDATE AS OF 22 MARCH 2024**



The purpose of this update is to notify industry, PEO SOFSA will conduct a market research event where the USG team will host 1-on-1 meetings with interested vendors on 17 and 18 April at Bluegrass Station. Only vendors that submitted a compliant white paper are eligible to meet with the USG.



Registration: To register, email the contracting office at SOCOM.PEO.SOFSA.Contracting.DL@socom.mil with the following information no later than 03 April: no more than four (4) attendees (name and title), date preference (17 or 18 April) and confirmation your security clearances have been submitted via DISS to SMO code 622B76. A minimum of secret clearance is required.



General guidance on the meetings: 1-on-1 meetings will be limited to 45 minutes per vendor. Discussions will be focused on the submitted white paper. Attendance will be limited to 4 personnel per vendor. The first and last timeslots will be 0900 and 1600 EST.



ID required to get through the gate. If security clearance information has not been pre-coordinated, access will be denied.





**UPDATE AS OF 07 FEBRUARY 2024**



If the government elects to meet with interested companies one-on-one, eligibility will be limited to those who submitted a compliant white paper. The USG team will review all white papers in the coming days and weeks. Further updates will be posted here.



**UPDATE AS OF 29 JANUARY 2024**



The purpose of this update is to extend the white paper deadline to 08 February 2024 and provide two (2) attachments. The document titled "SOF GLSS PWS" is the performance work statement of the SOF GLSS contract, H9225417D0001, in its current version. Secondly, the document titled "USG RFI Responses 25Jan24" is the government response to all RFI questions from Industry Day.



All white papers should be submitted via email to SOCOM.PEO.SOFSA.Contracting.DL@socom.mil.



**UPDATE AS OF 03 JANUARY 2024**



The purpose of this update is to extend the white paper deadline to 30 January 2024. All white papers should be submitted via email to SOCOM.PEO.SOFSA.Contracting.DL@socom.mil.



**UPDATE AS OF 15 NOVEMBER**



The purpose of this update is to add one attachment, RFI Industry Day Attendance. This document provides contact information of the vendor event coordinator (VEC), as identified at registration, for all vendors. As a reminder, all RFI questions should be submitted NLT 1700EST 28 November 2023 to SOCOM.PEO.SOFSA.Contracting.DL@socom.mil.



**UPDATE AS OF 30 OCTOBER**



The purpose of this update is to add two attachments. The first is the PEO SOFSA Overview for Industry Day tour. The second attachment is the scripts to be read during the tour.



For all respondents who have received confirmation of your tour date please show up NLT than 0730EST on your respective date. Please dress appropriately as there will time that is spent outside and the weather may be cold and wet. Please bring any food and/or drink necessary as their will be no meal provided. There are restrooms and water fountains available on the tour.



**UPDATE AS OF 2 OCTOBER**



There was an issue with the email address provided in the original posting. If you sent an email before 28 September 2023 please sent resend that email to the address below. The email issue has been corrected.



Also, an additional attachment has been added with questions posed to the Goverment regading the RFI and the Government response. Further questions posed will not receive a direct response, but the SAM RFI posting will be updated to show the questions and Government responses. Company specific information will be removed. Issues such as vendor registration or clearance questions/issues will still receive an individual response.



--------------------------------------------------------------------------------------------------------------------



This is not a solicitation or request for proposal announcement. This is a request for information (RFI) to assist the Government in market research to provide future support similar to that of the current Special Operations Forces Global Logistics Support Services (GLSS) Indefinite Delivery, Indefinite Quantity (IDIQ) contract H92254-17-D-0001. The RFI will be kicked-off with an installation tour and briefing at Bluegrass Station (BGS) in Lexington, Kentucky and then white papers will be received by the Government that shall discuss ideas, concepts, best practices and recommendations for an Acquisition Strategy for the next GLSS contract that the Government should consider.





The Government, Program Executive Office (PEO) Special Operations Forces Support Activity (SOFSA), will hold tours on 1 November 2023 and 08 November 2023, with a third date of 15 November 2023 available only if the first two dates exceed capacity. All tours will be identical and respondents will only be allowed to attend one tour. Respondents to the RFI are not required to attend the tour to submit a white paper. Instructions on requesting tour attendance are below.





Responses to this RFI shall be submitted in the form of a vendor (or respondent) white paper which the Government will utilize for market research and in preparation of an acquisition strategy. Additional details are below regarding submission of the white paper.





The Government is not seeking proposals at this time and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI or the site visit. All costs associated with responding to this RFI are solely at the expense of the interested vendor. Not responding to this RFI does not preclude participation in any future request for proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All responses to this RFI will remain in the possession of the Government and will not be returned.





The requirement described herein is anticipated to be the follow-on contract to SOF GLSS.





BGS INSTALLATION TOUR AND BRIEFING (Attendance Requirements): Respondents are limited to three (3) attendees total. The full names of all attendees shall be submitted in writing via e-mail to the primary and alternate Government representatives specified herein not later than (NLT) 18 October 2023 as follows:





• Respondents shall submit full name(s) of up to three (3) attendees.





• Respondents shall designate one (1) Vendor Event Coordinator (VEC) who shall submit the name, phone number, and e-mail address of the designated VEC. The VEC shall be the primary vendor POC responsible for coordinating all details associated with this RFI.





• Respondents shall be registered in the System for Award Management (SAM) with an active account. Respondents shall submit confirmation that SAM account is active/current to include Commercial and Government Entity (CAGE) code, Unique Entity ID (UEI) number and evidence that vendor (or respondent) is not currently debarred or suspended. The Government will verify the registration and those respondents that are found to not be in compliance will not be allowed to attend the tour or submit white papers.





• Government will provide driving directions and other instructions via e-mail to all eligible respondents who provide attendee’s names as provided herein on or about 25 October 2023.





• The primary entrance point to BGS for the installation tour and briefing is located at 5749 Briar Hill Road, Lexington, Kentucky 40516-9723. Other SOFSA locations are not part of this tour.





• Appropriate security clearances are required for all respondent(s) involved in any phase of this requirement to include this RFI and installation tour. Only U.S. citizens who currently hold a SECRET or higher security clearance will be allowed to participate in the tour and briefing. Respondents that intend to have visitors that do not have Defense Information System for Security (DISS) access must specify that at time of submission to the primary and alternate Government representative. The Government representatives will then direct the respondent to a security point of contact to assist in providing clearance related information.





• Respondents that do not complete the verification of clearance process will not be permitted access to the site or the SOFSA tour.





• Portable Electronic Devices (PED) to include cell phones, iphones, ipods, laptop computers, smart watches and any devices with recording or photographic capability are not authorized during this tour of SOFSA facilities and areas. Members of the respondent’s team on the tour should arrange to leave these items in their vehicles during the tour and briefing. Photography is prohibited within the SOFSA facilities.





BGS TOUR AND BRIEFING (Purpose and Limitations): The purpose of the BGS installation tour and briefing is to provide respondents information regarding the scope and magnitude of the GLSS requirement. In order to ensure a fair and neutral environment is established and maintained for all participants, no questions will be allowed during the BGS installation tour and briefing. For planning purposes, respondents should anticipate that the tour and briefings will take five (5) hours. Requirements for respondent questions related to this event, but after the tour is over, are summarized as follows:





• All respondent questions shall be submitted in writing after respondent has completed the BGS installation tour and briefing by sending an e-mail from the designated VEC to the Government representatives specified herein not later than (NLT) 1700EST 28 November 2023.





• Government responses to all questions submitted will be posted as an official amendment to this RFI via SAM.gov portal.





• The Government intends to post the briefing slides to be presented at the BGS installation tour and briefing as an official amendment to this RFI. This posting will be accomplished NLT the day of the first BGS tour and briefing event (01 November 2023).





WHITE PAPER: White paper submissions shall discuss ideas, concepts, best practices, and recommendations on how the GLSS requirement might best be executed by a contractor. Some examples of considerations are included in the framing questions and ideas attached to this RFI. The responses should not contain superfluous pictures, charts, and “filler” information about your individual company.





Respondents shall submit a white paper after completion of the BGS installation tour and briefing to the primary and alternate Government representatives specified herein. Respondents will receive confirmation of receipt via email from the government representatives. The white paper response is due not later than 9 January 2024 with requirements summarized as follows:





• White paper shall not exceed 15 pages and is limited to one (1) per vendor. Papers should be submitted with Times New Roman, 12 Point Font, single spaced with 1-inch margins.





• White paper shall be submitted by the respondents designated VEC (see definition above).





• Attendance at the BGS installation tour and briefing is highly encouraged but not required to submit a white paper.





• Respondents who submit a white paper and elect not to attend the BGS installation tour and briefing shall meet the eligibility requirements described previously for attendees, restated as follows:




  • Respondents shall designate one (1) VEC who shall submit the name, phone number, and e-mail address of the designated VEC. The VEC shall be the primary vendor POC responsible for coordinating all details associated with this RFI.




  • Respondents shall be registered in SAM with an active account. Respondents shall submit confirmation that SAM account is active/current to include CAGE code, UEI number and evidence that vendor (or respondent) is not currently debarred or suspended.





• Those respondents that intend to submit a white paper but are unable to attend the site visit will not be authorized to submit questions beyond information available in the posted briefing and framing questions.





SUMMARY - RFI CRITICAL DATES:



• 18 October 2023: Vendor attendee list due NLT



• 1 and 8 November 2023: BGS installation tour and briefing



• 28 November 2023: Vendor questions due NLT



• 9 January 2024: White Paper due NLT





OTHER PERTINENT INFORMATION: Various business relationships will be considered by the Government. Examples include but are not limited to joint ventures, mentor-protégée, and others.





Current SOFSA Posture (Narrative):





PEO SOFSA is the United States Special Operations Command's (USSOCOM) dedicated total lifecycle sustainment activity that provides the SOF community with rapid, responsive, and cost effective global logistics support services. PEO SOFSA provides a broad spectrum of logistical support services utilizing Three Core Competencies: 1.) Streamlined Design and Rapid Prototyping, 2.) Production, Modification, and Integration, 3.) Lifecycle Sustainment Activities. Some of the specific activities conducted by PEO SOFSA include dedicated supply chain management and maintenance for SOF peculiar (SOF-P) systems and equipment; aviation, ground, and maritime platform integration, modifications, and sustainment; and expeditionary field support services worldwide. PEO SOFSA also provides these services for other non-SOF Department of Defense and other Government agencies as requested to maintain critical capabilities and provide Better Buying Power solutions for the command.





PEO SOFSA is located at Bluegrass Station, Lexington, Kentucky and is one of eight (8) Program Executive Offices within the Special Operations Forces Acquisition, Technology, and Logistics (SOF AT&L), headquartered at MacDill Air Force Base in Tampa, Florida. The cornerstone of PEO SOFSA is located in Lexington, Kentucky with other key facilities, personnel, and equipment located in strategic areas both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The current contract provides flexible and responsive logistics support services to fulfill the challenging logistics readiness requirements of USSOCOM.





The objective of this contract is to provide rapid, world-wide response through comprehensive contractor logistics support. In concert with the Joint Publication 1-02, the contract scope is defined by the Joint definition of logistics: the science of planning and carrying out the movement and maintenance of forces. In its most comprehensive sense, those aspects of military operations which deal with:





a) Design and development, acquisition, storage, movement, distribution, maintenance, evacuation, and disposition of materiel;



b) Movement, evacuation of personnel;



c) Acquisition or construction, maintenance, operation, and disposition of facilities; and



d) Acquisition or furnishing of logistics services.





This contract identifies the full range of logistics services required to meet SOCOM's mission.





Within the Core Competencies are 10 Key Capabilities essential to providing world class logistics support to our SOF Warfighters.





KEY CAPABILITIES:





1. Aviation, Repair, Modification, and Research, Development, Testing, and Evaluation (RDT&E) Support: A full range of aviation repair and modifications for both rotary and fixed wing aircraft is performed, including performance of post-maintenance functional check flights; other maintenance test flights; and flight operations support to include range and airfield management and facilities maintenance. Repair activities include avionics troubleshooting, corrosion control, structural repair and replacement, and aircraft strip and paint. Modification efforts range from single radio integrations to complete upgrades for communication, navigation, aircraft survivability, weapons, fuel, power plant, flight control, and aircraft management systems and may include micro-miniature repair. Technical advice and assistance for serviced equipment and associated end items to Government maintenance and operations personnel may be provided. Systems integration in support of this repair and modifications capabilities include 3D modeling, radio frequency spectrum analysis, vibration testing, non-destructive inspections, and finite element methodologies for structural analysis. The systems and equipment supported may be of foreign manufacture or may be out of production.





2. Storage and Distribution Services: Provides centralized agile global distribution services to the SOF community. Supply chain management functions include the receipt, storage, inventory, kitting, disposal and shipping. Integrated with DOD Defense Automatic Addressing System (DAAS) to initiate requisitions and respond to activities request for inventory.





3. Small Arms Weapons Mod/Repair/Support/Training: The capability to inspect, modify, support, and maintain, foreign and domestic weapons and associated accessories. The ability to provide maintenance and operational training on the modified or standard weapons. The equipment supported may be of domestic or foreign manufacture for either current out of production weapon systems. Weapon modifications include the installation of improved sighting systems or other accessories, adaptation of suppressors or other mechanical functions, and the improvement of the weapons accuracy or range.





4. Communications Equipment and Electronic Repair: This includes sustainment, maintenance, and modifications of service command and SOF peculiar Command, Control, Communications, and Computers (C4) systems to include communication, computers, or other electronics integration on aircraft, ground and maritime platforms. This integration involves communications systems, radar, countermeasures, engine control, or any other electronic device needed on the particular end item.





5. Ground and Maritime Platform Repair, Modification, and Support: This includes the ability to repair, modify, fabricate, and support ground and maritime platforms and their associated systems. The capability to initially field equipment; to provide training; to provide technical advice and assistance for serviced equipment and associated end items to Government maintenance and operations personnel; to manage maintenance; to track performance and monitor sustainment requirements; to operate float stock and spares; to oversee configuration management; to prepare parts lists, special tool lists, maintenance allocation charts, maintenance work requirements, manuals, guides, and other required documentation; and to conduct repair and return functions, is also available.





6. Manufacturing and Production: PEO SOFSA in-house and deployable fabrication and production capabilities provide the support activity with the ability to meet rapidly changing schedules and customer requirements by minimizing potential delays from outsourcing production needs of fabricating parts, components, and assemblies for various supply classes. This includes the ability to fabricate and repair composite structures, high-hardness ballistic steel, and ceramic armor; to sew and repair fabric, including ballistic materials; and to manufacture or modify equipment and systems from both contractor-generated and Government-provided technical data and to manufacture prototypes.





7. Logistics Support Teams: Critical needs are supported with the ability to provide "SOFSA Forward Support" teams for deployment to CONUS and OCONUS locations. Temporary or enduring teams or individuals with specific skillsets and capabilities are available to support and/or augment SOF units worldwide, providing force multiplier and increased end strength to successfully meet the mission. Key functions of a Joint SOFSA support team include: 1.) SOF peculiar maintenance and support, 2.) Barebase and LogCap Support, 3.) Logistical Supply Support, and 4.) Expeditionary and Rapid Response. Teams may also be scaled or modified to meet the SOF users unique logistical support requirements for the operational mission(s).





8. Life Cycle Sustainment Management (LCSM) Services: LCSM services are required to ensure cradle-to-grave management of SOF assets and includes fundamentals such as supply operations, transportation activities, maintenance, disposal, reliability, maintainability, training, sustainability improvements, technology insertion opportunities, technical data management, and modification management. Training operations conducted at SOF or SOF-related training centers are included in LCSM. Non-SOF training operations may be approved by the Procuring Contracting Officer (PCO.)





9. Supply Chain Automation: The next contract is anticipated to continue to incorporate supply chain automation and the use of technology to handle supply chain tasks without direct human intervention. For example, the utilization of handheld scanners capable of performing functions normally processed manually or the addition of centralized document management that enables members to access important documents with ease.





10. Minor Construction: PEO SOFSA supports minor construction and renovation efforts to improve safety, security, operational effectiveness, and quality-of-life for PEO SOFSA and or its customer base. This activity is limited to DOD funding limits and thresholds established for minor construction.





PEO SOFSA ENTERPRISE MANAGEMENT:



The PEO SOFSA Enterprise consists of functions normally associated with running a depot-like operation and with overarching responsibilities affiliated with providing quality management of a Government-Owned Contractor-Operated (GOCO) like operation in a cost-efficient manner, to include the following:





1. LOGISTICS - PEO SOFSA is dedicated to providing cost effective global logistics support to USSOCOM and the SOF Warfighters. The logistics functions SOFSA provide are storage, distribution, disposition and disposal. Property is stored in twelve (12) major warehouses with a total footprint of nearly 1.1M square feet spread across two (2) geographically separate locations. SOFSA store a wide range of commodities ranging from manufacturing supplies such as hardware to major end items like military vehicles, including sensitive and classified items. In FY22, PEO SOFSA managed approximately 51K line items in the Government On-Line Data System (GOLD) and the Defense Property Accountability System (DPAS) with approximately 3.5M units of property valued at approximately $4.2B while processing about 125K issues, 87K receipts. PEO SOFSA is currently transitioning from 100% contractor managed inventory in GOLD to approximately 75% Government managed inventory in DPAS. This coupled with the drawdown of operations in the Middle East will reduce the number of transactions annually from the FY22 numbers provided above.





2. FACILITY MANAGEMENT - The contractor manages and maintains all PEO SOFSA facilities (interior only), infrastructure, and equipment to ensure their continuous availability for the PEO SOFSA mission. This includes the maintenance and management of all onsite facilities on BGS and all offsite facilities required by mission needs. The current PEO SOFSA can be seen below by geographic location. The Contractor identifies and completes required facility upgrades and infrastructure improvements, ensures effective space utilization of all facilities, and meets energy conservation requirements. In addition, the Contractor is responsible for identifying new facility and equipment requirements and planning for their acquisition, sustainment, and disposal.





PEO SOFSA FACILITIES: Three (3) primary locations with nearly 2.9M total square feet summarized as follows:





BLUEGRASS STATION (BGS) - AVON, KY



• Approximately 2.5M square feet (Rack storage, Floor storage, Industrial Operations,



Admin, Lot storage, Supply Chain).



• PEO SOFSA leases this space from the state of Kentucky.





FORT WALTON BEACH (FWB) - FLORIDA



• Approximately 37K square feet (Enterprise Supply Chain, Admin, Industrial Operations).



• Commercial property funded by and leased by PEO SOFSA.





CRESTIVEW (Bob Sikes Airport) - FLORIDA



• Approximately 314K square feet (Hangars, Admin, Apron).



• Commercial property currently funded by PEO SOFSA customer.





NOTE: Other CONUS/OCONUS customer facilities may be obtained as mission operations dictate. The PEO SOFSA Contractor will be required to work at customer facilities.





3. INFORMATION TECHNOLOGY - The PEO SOFSA computer network is a DOD NIPRNet (.mil) connected enclave. The network is an enterprise architecture designed to satisfy the requirements of logistics support services and business operations in support of the Global SOF Logistics and Sustainment Enterprise. The system consists of 20 core enterprise applications supporting approximately 3,500 users in 35 buildings at multiple physical locations. All management information systems activities are performed in accordance with DOD policies and industry best practices for risk management framework, acquisition, design, integration, support and accreditation (REF DoDI 8500.01-March 2014 and DoDI 8510.01-March 2014).





4. SECURITY - PEO SOFSA security requirements encompass the following: protection of classified material per the National Industrial Security Program Operating Manual (NISPOM), which includes approximately 1,400 COMSEC/CCI assets; security of the SOFSA restricted area, which encompasses 82 acres and 10K foot of fence line; protection of arms, ammunition and explosives (AA&E) IAW DOD 5100.76-M for various small arms; operation of the Visitor Control Center and Real-Time Automated Personnel Identification System (RAPIDS) station managing and processing approximately 2,000 security badges, 125 Common Access Cards, and 250 visitor requests a month; and managing the SOFSA SCI, Antiterrorism, and OPSEC programs IAW DOD policy.





5. SAFETY - The contractor manages environmental, safety, and health, (ESH), compliance for contract employees and operations at BGS, Crestview (Bob Sikes Airport), FL, Hurlburt Field, FL., Eglin AFB, FL., and other off-site locations. Contractor ESH is also responsible for emission and waste data collection, reporting, and operations to comply with federal and state air/water/waste permit limits for a GOCO-like facility.





6. INDUSTRIAL OPERATIONS - The three main categories within PEO SOFSA’s industrial operations are production, quality, and engineering. PEO SOFSA’s production operation utilizes a variety of machining capabilities for part creation and quality capabilities utilize 3D scanning and printing and traditional quality controls. Engineering resources are required to support streamlined design and rapid prototyping. Streamlined design include non-recurring engineering (NRE) modifications, and preparing technical data packages as required. The prime contractor is responsible for the proper use and lifecycle sustainment management of these machines to achieve maximum life out of the equipment.






Attachments/Links
Contact Information
Contracting Office Address
  • BLDG 3 BLUE GRASS STATION 5751 BRIAR HILL ROAD
  • LEXINGTON , KY 40516-9723
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >