Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
SOURCES SOUGHT

R -- Professional Global Positioning Integration and Navigation Services

Notice Date
5/25/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
 
ZIP Code
85365-9498
 
Solicitation Number
W9124RRFIGPINS
 
Response Due
6/8/2010
 
Archive Date
8/7/2010
 
Point of Contact
Christina Mokrane, 928-328-3595
 
E-Mail Address
MICC Center - YPG
(christina.mokrane@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis: Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Respondents should not submit any proprietary information when responding to this RFI. Respondents should also note that the Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents must submit capability statements that clearly define the firms ability to perform the work stated in this RFI in conjunction with the DRAFT Performance Work Statement (PWS). The requirement for Global Positioning Integration & Navigation Services is in response to the need for the continued Research, Development, Test and Evaluation (RDT&E) of aviation, airdrop, ground combat, artillery, Counter-Improvised Explosive Device, and automotive systems for the Yuma Test Center (YTC) test center located at the U.S. Army Yuma Proving Ground (USAYPG), in Yuma, Arizona. The responses to this request will be the primary tool used to identify potential sources with the technical capability to support performance in four specific areas: Integration & Test Efforts, Improved Vehicle Tracking System Enhancements, Test Planning & Execution and Special Studies. The contractor may have to perform work at several sites simultaneously within the Continental United States (CONUS) and at various Outside Continental United States (OCONUS) locations. To support the requirements of the contract, the contractor must be able to quickly respond to diverse evaluation needs of the developmental testing community using a multi-disciplinary approach and have a variety of technical expertise that must be either immediately or quickly available depending on urgency of assignments. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. It is also a tool to get feedback on the requirement, detailed in the DRAFT (PWS). Feedback is encouraged and appreciated. The North American Industry Classification System (NAICS) code contemplated for this requirement is 541330 with a size standard of $4.5M. The incumbent contractor is Cibola Information Systems Inc., Yuma, AZ. The current Contract Number is W9124R-07-P-1136. It is the Governments intention to solicit the requirement as 100% Small Business Set-aside; however the current capabilities of industry, to include large and small business, must be confirmed. As such, both large and small businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. ANTICIPATED PERIOD OF PERFORMANCE Base Period 1 October 2010 30 September 2011 (12 mo) Option Period I 1 October 2011 30 September 2012 (12 mo) Option Period II 1 October 2012 30 September 2013 (12 mo) Option Period III 1 October 2013 30 September 2014 (12 mo) Option Period IV 1 October 2014 30 September 2015 (12 mo) REQUIREMENTS: Refer to the Attached DRAFT Performance Work Statement. Basic services will be acquired on a firm fixed price basis. Occasionally, additional support above the historical baseline may be required. This additional support, travel and materials will be acquired on an Indefinite Delivery/Idefinite Quantity ( IDIQ) basis. The estimated total level of effort is approximately 147,300 man-hours, consisting of 29,460 man-hours per year over a period of five years based upon historical and current workload projections. Detailed historical data will be provided with the solicitation. Services will be performed at USAYPG however, the contractor may have to perform at other CONUS and OCONUS locations. The following are examples of anticipated labor categories under this requirement: On-Site Manager, Engineer, Technician VI, Technician V, Technician IV, and Administrative Assistant. SUBMITTAL INFORMATION: It is requested that interested small businesses submit a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed in the attached performance based work statement. A generic capability statement is not acceptable. Please review carefully the requirements listed below. This documentation must address, at a minimum, the following: (1) title of the PWS you are applying to; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; (3) prior/current corporate experience performing efforts of similar size and scope within the last three years (information must be recent and relevant to the acquisition), including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described herein; (4) resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the city specified; (5) management approach to staffing this effort with qualified personnel; (6) statement regarding capability to obtain the required industrial security clearances for personnel; (7) statement regarding capability to meet surge demand, (8) companys ability to perform at least 51% of the work; (9) Estimated amount of phase-in time required after contract award to enable full performance; (10) statement identifying common evaluation factors for this type of service; (11) statement identifying the commerciality of this type of requirement; (12) a brief outline describing how your company could avoid actual or perceived OCI (See FAR 9.5) and (13) companys recommended NAICS code. The capability statement package shall be sent by mail to Christina Mokrane, Contract Specialist, Mission & Installation Contracting Command Center-Yuma (MICC-Yuma), 301 C. Street, Bldg 2364 Rm 101, USAYPG, Yuma AZ 85365-9498 or by email to christina.mokrane@conus.army.mil. Submissions must be received at the office cited no later than 5:00 p.m. (MST) on 8 June 2010. Questions or comments regarding this notice may be addressed to Christina Mokrane at 928-328-3595 or via email at christina.mokrane@conus.army.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact (POC) name, phone number, and e-mail address.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2912f04d7d6d388080377f4f68cf6845)
 
Place of Performance
Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
Zip Code: 85365-9498
 
Record
SN02158896-W 20100527/100525234524-2912f04d7d6d388080377f4f68cf6845 (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.