Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2005 FBO #1271
SOURCES SOUGHT

R -- SCIENTIFIC, ENGINEERING AND TECHNICAL ASSISTANCE (SETA)

Notice Date
5/18/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA Deputy for Contracting (MDA/CT), 7100 Defense Pentagon, Washington, DC, 20301-7100
 
ZIP Code
20301-7100
 
Solicitation Number
HQ-0006-05-Q-0006
 
Response Due
6/22/2005
 
Archive Date
7/7/2005
 
Description
The Missile Defense Agency (MDA) is seeking potential sources for Scientific, Engineering and Technical Assistance (SETA) support services for systems engineering and integration for the MDA Deputy for Systems Engineering (SE). The contractor will be required to perform tasks within the broad framework of the Performance Work Statement, while working in close coordination and cooperation with the MDA government staff and other contractors. The scope of the work effort shall include: (1) providing Scientific, Engineering and Technical Assistance (SETA) staff support under the Systems Engineering and Integration (SE&I) team; 2) engineering a fully integrated Ballistic Missile Defense Systems (BMDS) by defining, managing, and integrating all engineering development for the BMDS; 3) coordinating the design, development and integration of the various Elements and segments imperative for the program; 4) performing the critical foundation work of: defining architectures, defining critical interfaces, identifying information exchange requirements, reviewing technical and performance risks and developing mitigation strategies, overseeing program development maturity across segments and managing configuration baselines within block development cycles; and, 5) ensuring continuous availability of a proven performance baseline system for Defense of CONUS, friend and allies; and executing this responsibility through a comprehensive, collaborative system engineering process which defines required system-wide behavior, validates Element system designs, and assesses and verifies system capability. The systems engineering process includes the following five phases: 1) Test Bed Planning; 2) Design; 3) Development; 4) Integration and Test Verification; and, 5) Operational Integration. MDA intends to utilize GSA ordering procedures to acquire the services described in this notice. The North American Industrial Classification System (NAICS) for this requirement is 541710, Research and Development in the Physical, Engineering, and Life sciences, with a size standard of 1,000 employees. This requirement is unrestricted; however, MDA may limit the sources solicited to only small businesses if a sufficient number of qualified small business sources respond. All small business respondents shall confirm that their size status is small on both their applicable GSA FSS contract and under the NAICS code size standard. Only interested GSA schedule holders judged best qualified to compete for the work will be sent a Request for Quotations (RFQ) package on or about June 22, 2005, with offers due approximately two weeks later. The resultant order will consist of hybrid Fixed Price Award Fee contract with a fixed priced contract line item (CLIN) for labor, Time and Materials CLIN for quick reaction special studies surge requirements and a Cost contract line item for Other Direct Costs (ODC), i.e., travel. The term of the order with options is anticipated to be four (4) years (a one-year base period with three one-year options). The Performance Work Statement (PWS) for the MDA SE&I SETA for the Deputy for Systems Engineering and Integration under RFQ HQ0006-05-Q-0006 will be posted to the MDA Business Acquisition Reporting Bulletin Board (BARBB), Notices to MDA Contractors, Basic Support services Program (BSSP), Current Procurement Opportunities: http://www.mda.mil/barbb/cssss.html The estimated Man-year Equivalents (MYE) for this requirement is approximately 117. Positions will be both on and off-site, within a reasonable commuting distance of MDA National Capital Region (NCR) sites (in/around Crystal City, Arlington, and Fairfax, VA). Of the estimated 117, seven (7) MYE will require a TOP SECRET/SCI clearance, eighty-five (85) will require a TOP SECRET clearance, and the remaining twenty-five (25) MYE will require a SECRET clearances. Acceptable sources must hold a current GSA Schedule, and be able to provide 75% of personnel requiring TOP SECRET clearances, and 80% of personnel with SECRET clearances on contract start date (approximately 30 days after award). Interested business firms are invited to submit to the contracting office as early as possible, but not later than May 31, 2005, a three (3) page Capability Statement summarizing the corporate strengths in relation to the following criteria: 1) personnel qualifications and relevant experience; 2) specific, related corporate current/past DoD experience related to this requirement; and, 3) management approach in managing off-site staff, retention/replacement, authority, responsibilities, and quality control. If planning to team or subcontract, identify the firm(s), their size status and GSA schedule. Segregate this information on the Capability Statement by firm. Also, please specify by name one primary and one alternate Point of Contact within your firm, including the respective telephone numbers and email addresses of those individuals. All information must be contained within the three-page capability statement limit. Responses must be provided electronically and use the following email subject line: ?HQ0006-05-Q-0006, MDA/SE.? Submit electronic submissions to all three of the following email addresses: mdaopps@caci.com, Diane.Knight@mda.mil, and John.Carpenter.ctr@mda.mil. MDA will acknowledge receipt of capability statements via email. Acceptable sources must hold a GSA Schedule, qualify under the applicable NAICS, and be able to provide 75% of personnel with TOP SECRET clearances on task order start date (approximately 30 days after award). For those firms not placed on the short list for receipt of the RFQ package (in accordance with Agency procedures at (http://www.mda.mil/barbb/downloads/execsum2.doc), please indicate in your Capability Statement whether or not you would like your firm/POC to be supplied as potential sources for subcontracting opportunities to those firms selected for the short list.
 
Place of Performance
Address: Address: Missile Defense Agency, MDA Deputy for Systems Engineering and Integration, 7100 Defense Pentagon, Washington, DC, Country: United States,
Zip Code: 22202
Country: USA
 
Record
SN00810589-W 20050520/050518212426 (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  © 1994-2020, Loren Data Corp.