Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2003 FBO #0630
SOURCES SOUGHT

R -- Technical and Test Support Services

Notice Date
8/19/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army ATEC Contracting Activity, ATTN: CSTE-CA, P.O. Box Y, Fort Hood, TX 76544-0770
 
ZIP Code
76544-0770
 
Solicitation Number
DATM01-03-R-0003
 
Response Due
9/19/2003
 
Archive Date
11/18/2003
 
Point of Contact
Rachelle Moore, 254-288-9578
 
E-Mail Address
Email your questions to US Army ATEC Contracting Activity
(MooreRachelle@otc.army.mil)
 
Small Business Set-Aside
8a Competitive
 
Description
NA The Government intends to issue a competitive 8a set-aside solicitation Draft Request for Proposal (DRFP) to industry for comments on its requirement for U.S. Army Operational Test Command, (OTC) for the Intelligence and Electronic Warfare Test Directorate , (IEWTD), Fort Huachuca, Arizona. To be eligible for award as an 8a small business, an offeror must represent in good faith that it is an 8a small business at the time of written self-certification. This sources sought is to develop an Offerors Mailing L ist (OML), give industry an opportunity to request the DRFP and to request a Government Advisory Opinion regarding Organizational Conflict of Interest. The period of performance is anticipated to start no later than 1 June 2004 with a total period of perf ormance of 60 months to include options. The contract type anticipated is Cost-Plus-Award Fee. The requirement calls for nonpersonal services to support the U.S. Army Operational Test Command (OTC), IEWTD in their mission. The contractor will be require d to perform the services but not limited to the following: operation and maintenance (O&M) of IEWTD's instrumentation, equipment and systems. In addition to the O&M the contractor will support operational test, which may vary in length and area of perform ance. Integral to these efforts are software engineering design and development; test documentation input, on-site data management and analysis, planning and test report input. The requirement will not result in a classified contract, however, classified data may be involved. The Contractor will be required to have a Top Secret Level facilities clearance. A knowledge of computer programming, Electronic Engineering, Test Engineering, Modeling and Simulation (M&S), Information Assurance (IA), Program Anal ysis, RAM test planning, knowledge of Army Operational test procedures, classified data handling ability, and software database management experience are required areas of expertise. The NAICS Code is 541330; with a size standard of $4.0 million. Approx imate issue date of the DRFP is 22 September 2003 to the ATEC Mission Support Contracting Activity (AMSCA) website with a Presolicitation Conference scheduled to be conducted at Fort Huachuca, Arizona on/or about 20 October 2003. In preparation for the co nference, questions and comments on the DRFP will be encouraged. Email questions will be accepted and the email address will be provided in the DRFP. However, a cut-off point for receipt of industry written question and comments on the DRFP, subsequent t o the pre-solicitation conference, is anticipated. This sources sought also invites potential offerors to submit information regarding potential Organizational Conflict of Interests (OCI) that will allow the Government to advise respondents about their po tential to be viable competitors. The advisory opinion must contain sufficient information to permit potential offerors to make an informed decision about whether to participate in the acquisition. Each respondent will be advised that either it will be i nvited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. Respondents considered not to be viable competitors will be provided the general basis for the opinion. Notwithstand ing the advice provided by the Government in response to the submissions, respondents may participate in the resultant acquisition. The following information is required to be provided in writing to the Contracting Officer at the ATEC Mission Support Cont racting Activity, P.O. Box Y, Fort Hood, Texas, 76544-0770, no later than the DRFP issuing date in order to receive an OCI determination and advisory opinion. The Respondent is encouraged to review Section 8141 of the 1989 Department of Defense Appropriat ions Act, Public Law 100-463, USC Title 10 Section 2399 and the Federal Acquisition Regulation Subpart 9.5 prior to responding. Respondents should note that Pu blic Law 100-463 prohibits the utilization of any contractor on an Initial Operation Test and Evaluation (IOT&E) that is involved in the system development or organizationally related to a system developer. Part 9.5 further addresses contractor responsibi lities and restrictions. Respondents must explain, in detail, the nature of any involvement in Defense Systems, with specific emphasis on Department of Army Systems and Joint Programs. This requires that the respondent describe the specific work performe d and duration thereof as either a prime or subcontractor. The respondent must lay-down the corporate structure, specifically addressing the interrelationship, if any, of corporate assets that performed any development effort. The respondent must state w hether or not it considers its involvement an organizational conflict of interest prohibited by the referenced statute and regulation or an appearance of such a conflict that could adversely impact the test and evaluation mission. Provide a detailed ratio nale for the position. Failure to provide the required information will be deemed non-responsive; and incomplete packages will be returned and no advisory opinion will be provided. For the purpose of establishing an offerors list, it is requested that al l interested parties in the solicitation shall provide the following information to the Contracting Officer via e-mail at the following address: aca.atec@us.army.mil. The company's name, complete address, phone number, point of contact and e-mail address. No verbal request will be entertained regarding any information in this announcement. Issuance of the final Request for Proposal (RFP) will not be synopsized. Both the DRFP and Final RFP will be issued in electronic format and posted to the AMSCA webs ite: https://www.datm01.atec.army.mil/ for access by all parties. This posting will be published in the FEDBIZ. It is industry's responsibility to periodically check these sites, as the Government will not issue individual notices. All Respondents must be registered in the Central Contractor Registration (CCR), and have a valid DUNS number, Cage Code, and Tax Identification Number. The Point of Contact for this requirement is Ms. Sandra Guillory, Contracting Officer, (254) 288-9567 and Ms. Rachelle Moor e, Contract Specialist, (254) 288-9578. (SEE NOTE 26 )
 
Place of Performance
Address: US Army ATEC Contracting Activity ATTN: CSTE-CA, P.O. Box Y Fort Hood TX
Zip Code: 76544-0770
Country: US
 
Record
SN00406409-W 20030821/030819214057 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.