Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2007 FBO #1937
SOURCES SOUGHT

A -- Sources Sought Validation for W9113M-07-R-0006, Systems Engineering and Technical Assistance Contract (SETAC)

Notice Date
3/15/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M07R0006
 
Response Due
4/4/2007
 
Archive Date
6/3/2007
 
Small Business Set-Aside
N/A
 
Description
An additional sources sought request is hereby issued to validate the acquisition strategy which was previously published. The capability statements will be limited to 10 pages and due within 20 days from the date of this synopsis. Any firm who subm itted a capability brief under the original sources sought announcement dated 27 October 2005 need not reply to this announcement unless the firms business status has changed. This announcement has two purposes: (1) to obtain expressions of interest from the small business community in the SMDC SETAC recompetition at the prime contractor level; and (2) to roughly gauge the capability of those interested small business firms or teams as viable contenders at the prime contractor level. The capability state ments and associated evaluations discussed in this notice do NOT replace the in-depth evaluation of a firm or teams ability to perform; that evaluation will be part of the formal source selection process. However, these will be utilized to make final deci sion concerning number and types of reservations. The Government intends to award seven (7) SETACs. Further, we are exploring the potential to maximize small business reservation opportunities for the SETAC program. Small businesses may team together (or even affiliate) and be eligible for award of a sm all business reservation contract, PROVIDING THAT EACH TEAM MEMBER MEETS THE NAICS CODE SMALL BUSINESS SIZE STANDARD. The North American Industry Classification System (NAICS) Code is 541710 with a small business size standard of 1000 employees for this acquisition. The contractors will be expected to provide non-personal services for systems engineering and technical assistance in support of the Mission and Function Statements for the US Army Space and Missile Defense Command, Huntsville and Washington DC; Program Ex ecutive Office  Missile and Space; and Other Government Agencies related to air, space, and/or missile defense. This support is both broad ranging and ever changing. The current SETAC scope of work (SOW) has ten (10) functional areas: 1) Requirements D efinition, Integration, and Planning; 2) Technology Development, System Development, Assessment, and Validation; 3) Threat Estimation/Projections; 4) Weapons Lethality and Effects Estimation; 5) Modeling, Simulation, and Interfacing; 6) Program/Project Ana lysis, Evaluation, Experimentation, and Support; 7) Production and Fielding Support; 8) Homeland Defense and Homeland Security; 9) Warfighter Support; and 10) Chemical, Biological, Radiological, and Nuclear Support. The follow-on acquisition will result in multiple awards with identical SOWs and numbers of Direct Productive Person-Hours (DPPHs). The contracts will consist of fixed-price labor categories and cost reimbursable travel and materials line items. The Government does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors (i.e., any given contractor could propose as a prime contractor as well as participate as a subcontractor on one or more other proposing teams). Further, we do not intend to impose any restrictions on team membership after award. The resultant contracts will contain an organizational conflict of interest (OCI) clause that could limit a successful proposer from participating in any other U.S. Army Space and Missile Defense Command (USASMDC), Program Executive Office  Missile and Space (PEO-MS), GROUND-BASED MIDCOURSE DEFENSE (GMD) JOINT PROGRAM OFFICE (JPO), and Missile Defense Agency (MDA) contracts. To the greatest extent pos sible, while still protecting the Governments interests, the OCI clause will be applied only for the supported technology areas of the contractors actual SETAC performance. Any SMALL BUSINESS FIRM, including 8(a), HUBZone, Service-Disabled-Veteran-Owned, or Woman-Owned, intending to propose as a PRIME CONTRACTOR (including those planning to use the affiliation and teami ng rules issued by the SBA) are invited to submit a capability statement to the Government. Large business requests for capability statement opportunities as a prime contractor are not desired at this time. Capability presentations must mirror how you pl an to propose. If proposing as a team, the presentation must reflect the team and team approach. The capability statements will be due within 20 days from the date of this synopsis. The capability statements should focus on issues that affect the decision as to number/types of small business reservation awards such as: (1) the breadth and depth of technical and management expertise to successfully execute all SETAC roles, (2) the capability to quickly ramp up qualified and trained personnel at the onset of the contract, (3) the capability to administer and manage an indefinite delivery/indefinite quantity, task order contract (expected as a minimum to be $2M per year for the total program) with numerous subcontractors, (4) assurance and demonstration that the small business firm or small business team will perform 50% of the work, (5) capability to perform realistic cost and schedule projections for complex technical and integration efforts, (6) a contract management structure that allows for an integrated organization accountable for total performance responsibility, and (7) an understanding of Army, DoD, and Government Agencies with whom USASMDC and PEO-M&S interface. A cover letter must be provided with your submission and must include, as a minimum, identification of the proposed prime contractor and/or Joint Venture; all small business team members; any other subcontractors; and which type(s) of set-aside/reservation your Company/Team plans to submit a proposal under (i.e., Small Business; 8(a); woman-owned; service disabled veteran owned (SDVO); and/or HUBZone). Firms that can meet requirements set forth above are requested to provide a statement (not to exceed 10 pages) of capabilities and information demonstrating management and technical experience on similar acquisitions. Capability Statements may be submitted via mail or hand carry. Provide one (1) copy in CD form and three (3) copies in paper form no later than 4 April 2007. If mailing, send to the United States Army Space and Missile Defense Command (USASMDC), Werner Von Braun Complex, Bldg 5220, SMDC-RDCM- SS, Attn: Melissa Mitchell, Redstone Arsenal, AL 35898. If you desire to hand carry, package can be delivered to Redstone Arsenal, Building 5220, Room 1028, Attn: Melissa Mitchell. This synopsis is for information and planning purposes only, does not constitute an IFB or RFP, and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the res ults of the evaluation. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and available at the SMDC Website (http://www.smdc.army.mil/Contracts/SETAC 07.html). It is the potential offeror's responsibility to monitor these sites for the release of any synopsis or solicitation. This acquisition is not open to participation by foreign firms at either the prime or subcontract level. In order to be considered for award, offerors must possess or be able to obtain a TOP SECRET facility security clearance.
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN01252154-W 20070317/070315222434 (fbodaily.com)
 
Source
FedBizOpps 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.