Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOURCES SOUGHT

A -- Space and Missile Defense Initiatives Support III (SMDIS III), Scientific, Engineering and Technical Assistance (SETA)

Notice Date
11/5/2008
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W9126009R0002
 
Response Due
11/17/2008
 
Archive Date
1/16/2009
 
Point of Contact
Sven Gaines, 7195541962<br />
 
Small Business Set-Aside
Total Small Business
 
Description
The Army Space and Missile Defense Command (SMDC)/Army Forces Strategic Command (ARSTRAT) Colorado Springs is announcing the Space and Missile Defense Initiatives Support III (SMDIS III) contract acquisition. This is a sources sought notice. No solicitation is being issued at this time. This notice is intended to: 1) provide initial notification of the Governments intent to recompete the Space and Missile Defense Initiatives Support II (SMDIS II) multiple award contracts and provide general acquisition information; 2) provide information on the Governments intent to hold one-on-one meetings with industry to obtain industry feed-back for potential incorporation into the SMDIS III acquisition strategy and solicitation; and, 3) provide information on how and where the Government intends to post information pertaining to the SMDIS III acquisition. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided by industry to the Government as a result of this source sought is voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses or Government use of such information. The information obtained from industry responses to this notice may be used in the development of the acquisition strategy and future requests for proposals. The Government plans to release a solicitation for Scientific, Engineering, and Technical Assistance (SETA) services to support Government agencies involved in the Space, Homeland Defense, and Missile Defense arenas. The resultant contracts shall support all functional areas of the contract Statement of Work (SOW); tasks include, but are not limited to: vision statements and doctrine; development of architectures; and, the provision of program support (e.g., planning, development, fielding documentation, modeling and simulation, system analysis and integration, integrated logistics support, development of strategy, support to the warfighter, contingency and mission support, program oversight, independent verification validation and test evaluation, prototype development, sustainment and operation, and analysis of emerging technologies.) Potential areas of growth are envisioned to be in the areas of: Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR); Space; Missile Defense; Information Operations (IO); Global Strike; Infrastructure, Organization Analysis, and Evaluations; Intelligence Requirements; Systems Engineering and Systems Integration Analysis; Simulation and Modeling Development; Rapid Prototyping and Limited Development; Software Development, Network Development, and Information Systems Support; Integrated Logistics Support; Emerging Technologies Analysis; Quick Response Support; Meetings and Conference Organization Support; Staff Support; and Blue Force Tracking. The Government anticipates the award of at least two Cost-Plus Fixed Fee Indefinite-Delivery-Indefinite-Quantity contracts to satisfy this requirement. Performance periods shall include a one year base, plus four one-year option periods of performance. The maximum ceiling amount of the SMDIS III Program shall not exceed $490 million and will be divided between the awarded contracts. Task orders against each contract shall be issued using the Fair Opportunity procedures outlined in FAR 16.505(b). The Government anticipates that this acquisition will be a 100% small business set-aside. The Small Business Size Standards shall be established using the North American Industry Classification System (NAICS) Code and size standard of 541712 and 1,000 employees. The clause at FAR 52.219-14, Limitation of Subcontract, is applicable to this acquisition. To qualify for contract award the offeror agrees and must show that at least 50% of the cost of contract performance incurred for personnel shall be expended for the employees of the concern. Any anticipated contractor teaming arrangements must comply with the requirements of FAR Part 19, as well as 13 CFR 121, 13 CFR 124, and 13 CFR 125. Further, SMDIS III prime contractors and subcontractors may not receive award, or perform at any time after award, as a prime or subcontractor, under more than one contract simultaneously resulting from multiple awards from the solicitation for this contract without written approval from the Contracting Officer. This acquisition will be tailored to minimize the time necessary to satisfy the Government requirement commensurate with risk, common sense, and sound business practices. Two sets of one-on-one sessions with industry are planned to gather market research and allow for industry feedback concerning the inclusion of performance standards in the Performance-Based Statement of Work, the utilization of contractor formats with regard to quality assurance plans, test and configuration control plans and procedures, and deliverable formats and content. In order to ensure the utilization of best commercial practices, maximization of competition, and achievement of cost efficiencies throughout the acquisition process, the Government intends to conduct the following market research activities: 1. Release of draft SOW the Government has released a draft SOW with this notice for industry comment. Industry comments pertaining to the draft SOW shall be submitted via email to sven.gaines@smdc-cs.army.mil and gordon.baxendale@smdc-cs.army.mil. The due date for Government receipt of industry comments pertaining to the draft SOW shall be not later than 14 November 2008. 2. Conduct Market Research One-on-One Sessions with Industry the Government intends to conduct an initial round of one-on-one sessions with industry on 19 and 20 November 2008. The initial one-on-one sessions will not be a forum for the Government to provide acquisition or program information to industry, but rather a means for the Government to conduct market research by obtaining industry comments and recommendations on various issues pertaining to the acquisition. The exchanges held during one-on-one sessions will not be recorded nor published subsequently. However the Government will retain minutes of all conversations to include pertinent recommendations and comments for incorporation into the Governments Market Research report, the Governments acquisition strategy and draft Request for Proposal (RFP) as deemed appropriate by the Contracting Officer. One-on-one sessions will be limited to four, one-hour meetings per day and will be scheduled on a first-come, first-served basis. As part of Industries one-on-one presentation, the Government requests input on the following topics: a) any potential of Organizational Conflict of Interest (OCI) as a prime contractor on the SMDIS III program; b) the scope of the Draft SOW; c) the personnel categories and personnel qualifications contained in the draft SOW (i.e., are they consistent with industry practices/standards); d) the focus of the draft SOW with regards to the relationship between the SMDIS III program and other SMDC/ARSTRAT multiple-award programs (e.g., COSMIC and COMETS II Programs); e) the performance standards contained in the draft SOW; f) the Governments proposed use of a cost-plus-fixed fee contract type; g) the use or non-use of oral presentations as part of the proposal and evaluation phase of the acquisition; h) the use of sample task orders vice actual task orders to be awarded with the basic contract award; i) the use or non-use of a streamlined Contract Line Item Numbering (CLIN) structure to lessen the need for administrative task order modifications; j) the benefit to SMDC/ARSTRAT of contractor marketed efforts and procedures to ensure Federal Acquisition Regulation requirements (FAR 16.505) concerning competition of task orders under multiple award contracts are satisfied; k) any additional industry recommendations to reduce contract bid and proposal costs and/or streamline the acquisition process. 3. Release of Draft RFP - the Government anticipates release of the draft RFP for industry comment in the late January or early February 2009 timeframe. The draft RFP will be posted on FedBizOpps at https://www.fbo.gov and at the SMDC/ARSTRAT Business Opportunities web page at http://www.smdc.army.mil. All industry comments pertaining to the draft RFP shall be submitted in writing. The due date for submission of industry comments pertaining to the draft RFP shall be established at a later date and will be posted with the release of the draft RFP on FedBizOps. 4. Conduct Second Round of One-on-One Sessions with Industry the Government intends to conduct a second round of one-on-one sessions with industry after release of the draft RFP and prior to the release of the final RFP. The Government intends to hold this second round of one-on-one meetings sometime in the mid February 2009 timeframe. These one-on-one meetings are intended to provide the opportunity for interested contractors to ask questions of the Government and provide any final comments and/or recommendations related to the SMDIS III solicitation and SOW, prior to finalization of the formal RFP. As with the initial one-on-one industry sessions, these meetings will not be recorded nor published subsequently. All pertinent recommendations and comments will be incorporated, as appropriate, into the final RFP, with an outline of the changes made from the draft RFP to the final RFP. Again, these one-on-one sessions will be limited to four one-hour meetings per day and will be scheduled on a first-come, first-served basis. As additional information becomes available, it will be posted to FedBizOpps at https://www.fbo.gov and at the SMDC/ARSTRAT Business Opportunities web page at http://www.smdc.army.mil/. The Government requests interested parties submit a brief description of their company's business size, business status, anticipated teaming arrangements, and a description of capabilities and similar services offered to the Government or to commercial customers. Include contract magnitude and points of contact (POC) for each example provided (name of the POC, address, e-mail, telephone number, fax number, and the company's web page, if applicable). Please limit your response to not more than 10 single-sided pages. Each submission should include one electronic (virus scanned) copy sent via e-mail to the POCs listed under Original Point of Contact. As stated above, all information pertaining to the SMDIS III acquisition, related market research activities, milestone schedule and formal solicitation documents will be posted to FedBizOpps as they become available. No hard copies of the solicitation documents shall be distributed. Additionally, the Government will include a link within the website to provide an electronic library of historical information relating to the current SMDIS contracts (e.g., a sanitized copy of an existing SMDIS contract and historical task orders). To the greatest extent possible, this acquisition shall be paperless. As such, it will be incumbent upon interested parties to periodically monitor FedBiz Opps for updated acquisition information and documents. Additionally, the Government will include a link on the website for interested parties to register and obtain information pertaining to other interested parties for the purpose of establishing potential teaming arrangements. Please note that all subsequent synopsis information will be posted to the FedBizOps website at https://www.fbo.gov and at the SMDC/ARSTRAT Business Opportunities web page at http://www.smdc.army.mil. Points of Contact for the SMDIS III acquisition are as follows, Ruth Schklar, Contract Specialist, (719) 554-8488, Email: Ruth.Schklar@SMDC-CS.army.mil and S. Brian Gaines, Contracting Officer, (719) 554-1962, Email: Sven.Gaines@SMDC-CS.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5bc4e26d4cf5e584806cf40978f86fbe&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
Zip Code: 80914-4914<br />
 
Record
SN01700767-W 20081107/081105214603-00c9a9506bf54bb668a854f9bd8b37c5 (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.