Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2009 FBO #2797
SOURCES SOUGHT

R -- Acquisition Engineering Support

Notice Date
7/22/2009
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Natick, RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY-09-R-ACQENG
 
Response Due
8/3/2009
 
Archive Date
10/2/2009
 
Point of Contact
alvesr, (508) 233-5922<br />
 
E-Mail Address
RDECOM Acquisition Center - Natick
(richard.alves@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Sources Sought Notice for Acquisition Engineering Support This is not a Presolicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; and HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, and Service Disabled Veteran Owned Business status relative to NAICS Code 541330, with a small business size standard not to exceed 500 employees. Other than responses to this RFI, no other responses or inquiries will be accepted. Questions regarding the scope work of work or acquisition strategy will not be accepted at this time. In order to protect the integrity of any future procurement that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. Responses to this notice shall also include company name, address and point of contact, and must also indicate the following: 1.Size of business pursuant to NAICS Code 541330 2.Does your business qualify as a small disadvantaged business? 3.If disadvantaged, specify if your firm is certified under Section 8(a) of the Small Business Act? 4.Is your business a certified HUBZone firm? 5.Is your business a woman-owned or operated business? 6.Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7.Is your business a large business? 8.Does your business have experience in Nuclear/Chemical/Biological Defense contracting? If so, please cite. Please provide a capability statement addressing your organizations ability to perform as a prime contractor for the work described in the draft PWS (below). Responses are requested no later than close of business (4:30PM EST) 3 August 2009. An electronic response in MS Word or Adobe PDF format is the accepted method. DRAFT PERFORMANCE WORK STATEMENT 1.0 Scope. Joint Project Management Office for Individual Protection (JPM IP) requires executive management support services, with ancillary administrative and technical support, enabling execution and management of multi-million dollar, high visibility efforts for S&T Research, Development, Operational, and Test & Evaluation projects that support basic through advanced technology development leading to applications for the DoD. 1.1 Background. The Joint Project Management Office for Individual Protection (JPM IP) has a requirement for Acquisition and Total Life Cycle Management support of Chemical Biological Radiological Nuclear Defense Equipment (CBRNDE) and specifically Science and Technology (S&T), Test and Evaluation (T&E) and System Engineering. 2.0 General Requirements. The Respondent shall provide a capability statement regarding the ability to provide continuous support for JPM IP and the specific requirements stipulated below: The scope of work associated with each of these task activities will vary by program precedent and volume throughout the performance period, although not substantially. The Respondent should demonstrate capability for providing suitable technical, analytical and acquisition expertise to support ongoing responsibilities delineated by activity, as well as variances in the scope of activities. 2.1 Specific Requirements. 2.1.1. Technical and Administrative Program Management Support. The respondent shall demonstrate the ability to provide on-site daily technical and administrative management support by assisting with execution of CBRN efforts. Contractor shall assist management with program progress reporting, highlighting cost expenditures and program progress including vendor site visits, contractor performance reviews, execution of budgets, and strategic planning and lifecycle management consultation. 2.1.2 System Engineering Subject Matter Expert Consultation. Respondent must demonstrate the ability to provide on-site systems engineering leadership to a multidisciplinary team for program development from technology concept to system design and procurement. Typical requirements include generating and managing system engineering documentation for Chemical and Biological Defense Programs relating to areas of risk mitigation, engineering designs and change proposals, and configuration management. Contractor shall also conduct technical reviews, develop program plans, review technology transition agreements, test and evaluation strategies and technology development strategies, assist in the development of adjunct statements of work, tracking and analysis of budget items, and develop briefings to support the JPEO CBD. Contractor shall be able to provide qualified system engineer personnel to support those areas identified by the client. 2.1.3 Science and Technology Subject Matter Expert Consultation. Respondent shall demonstrate experience providing on-site oversight and management of preparing and managing a Chem/Bio science and technology (S&T) program, identifying and quantifying capability gaps and S&T needs for Chem/Bio Individual Protection equipment. Additional requirements include collaborating with vendors, academia, research labs, Services, Defense Threat Reduction Agency/Joint Science and Technology Office (DTRA/JSTO) and international entities to research and identify emerging technologies applicable to individual protection-related project requirements. The respondent shall have experience in individual protection equipment research and testing, and in developing and implementing a substantive S&T Strategy to address capability shortfalls. 2.1.4 Test and Evaluation Subject Matter Expert Consultation. Respondent shall demonstrate the ability to provide on-site T&E subject matter experts to provide test methodology development, test design, identify critical test parameters, oversee test planning, coordinate, track and analyze test execution and resource allocation to optimize cost, schedule and performance. Contractor shall provide assistance and policy guidance to program personnel for the development and maintenance of joint acquisition management documents such as Test and Evaluation Master Plans (TEMP), Developmental Test/Operational Test plans, contractor test plans, and trade-off studies. Contractor shall provides T&E support on system, component and material testing issues such as program baselines, data analysis and exit criteria for acquisition cycle milestones. Provides T&E guidance and support across JPM IP program Integrated Product Teams in test, engineering and management. Contractor shall provide oversight leadership to, and participate on multi-service, multi-functional, matrix support, Integrated Process/Product Teams (IPTs). Contractor shall be able to provide qualified T&E personnel to support those areas identified by the client. 2.1.5 Special Projects. Respondent shall demonstrate the ability to provide resources to assist with studies and special projects including high-level briefing preparation and coordination with outside agencies as required by the PM. This support typically includes discrete efforts that are of special interest to the PM and involve the application of time and resources to solve problems and complete studies that have an impact across the PM's domain, but are inappropriate or out of scope for individual Project Officers to undertake. Contracting Office Address: US Army RDECOM CC Natick Contracting Division Attn: CCRD-NA-SY Building 1, Kansas Street Natick MA 01760-5011 Place of Performance: JPM IP 50 Tech Parkway Suite 301 Stafford, VA 22554 Primary Point of Contact: U.S. Research, Development, & Engineering Command Acquisition Center, Natick Contracting Division, ATTN: Richard R. Alves, Jr. at richard.alves@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD16/W911QY-09-R-ACQENG/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA<br />
Zip Code: 01760-5011<br />
 
Record
SN01884275-W 20090724/090723000330-9c817fd0a4115f7114e567f9708bde5e (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.