Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2011 FBO #3338
SOURCES SOUGHT

10 -- Test Execution Services and Launch Augmentation RFI

Notice Date
1/12/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
W9113M-11-SSTESL
 
Response Due
2/17/2011
 
Archive Date
4/18/2011
 
Point of Contact
Diana McCown, 256-799-4321
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(diana.mccown@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: This announcement constitutes an official Request For Information (RFI). This is a request for information only, as defined in FAR 15.201(e). The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of vendors for a production and acquisition entitled "Test and Evaluation Services and Launch Augmentation". Request only vendors respond that would be capable as a prime contractor. The type of solicitation (to include the requirements included under the solicitation) that will be issued will depend upon the responses to this RFI and other information available to the government. The resultant acquisition approach must ensure there is adequate competition among the potential pool of responsive contractors. The intent is to identify market interest and solicit recommendations. This is not a Request For Proposal (RFP) or an Invitation For Bid (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the government to form a binding contract (see FAR 15.201(e). This Market Research and RFI is for planning purposes only, and shall not be considered a RFP or IFB; an obligation from the U.S. Government to acquire any products or services; or an authorization to incur any cost in anticipation of such authorization. The government does not intend to reimburse respondents for information solicited. The information provided herein is subject to change and in no way binds the government to pursue any course of action described herein. 1. Draft synopsis of technical requirement: Support to the U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) in advancing the Army's space and missile defense capabilities. The purpose of this acquisition is to provide a competitive bridge to future Acquisition approaches and provide a Test Execution contract vehicle focused on meeting SMDC's near term testing objectives. 2. The Procurement includes requirements focused on, component development/ procurement, analysis and execution of Test Events in support of the following categories: a. Integrated Missile Defense (IMD) Programs b. Warfighter Weapon Development Programs c. Live Fire Test and Evaluation and Lethality d. Department of Homeland Security Programs e. Rapid Fielding/Innovative Concepts Programs f. Cyber Technology Programs g. Space Dominance Programs h. Kill Vehicle Programs i. Flight Termination Programs j. Hyper Velocity Gas Gun and High-Speed Sled Track Programs k. Threat Programs l. Foreign Material Programs The major technical function areas are: a. Flight Test: Missiles, Rockets, Air breathers, Unmanned Aerial Vehicles (UAV), Remote Control, Full Scale, Sub-scale b. Ground Test: Sled Tests, Light Gas Gun, Impact Testing, High Explosive, Subsystem, Lethality c. Payloads: Flight and Ground Payloads, Countermeasures, Submunitions, Surrogates, Test Articles d. Electronic Warfare Test: Test, Training, Jamming, Counter Jam, Instrumentation, Signal Generation (SG), Information Assurance (IA), Information Operations (IO), Intelligence, Surveillance, Reconnaissance (ISR) e. Directed Energy Test: Solid State, Chemical, Fiber, Free-electron, Component and System Level f. Conventional and Asymmetric Threat Test: Innovative Concepts, Rapid-response Test and Assessment, Technology Evaluations, Military Utility Assessments, Advanced Concept/Joint Capabilities Technology, Demonstrations, Interoperability Test, Joint Exercise Test g. Telemetry and Sensor Test: Instrumentation, Electronic Warfare, Missile Defense, Space, Cyber, Signal Generation (SG), Information Assurance (IA), Information Operations (IO), Intelligence, Surveillance, Reconnaissance (ISR), Electro-Optics, Telemetry, Flight Termination and Range Safety, Instrumented Radar, Radar Threat Simulation, and Electronic Component Development h. Power and Energy Test: Source, Distribution, Alternative, Renewable, Electromagnetic, System and Component Level) i. Cyber and Space Test: Threat Simulation, Electronic Component Development, Training and Test, Radiating systems, Disruptive Jamming j. Intelligence, Surveillance and Reconnaissance Test: Payload, Ground Station, Signal and Image Processing, High Performance Computing, Networked, Sensor Architectures, System and Platform Development k. Experimental, Phenomenology and Component Test: Chemical, Nuclear, Biological, Radiation Weapon, Fragmenting Warhead, Sympathetic Detonation, Counter Improvised Explosive Devices (IED), High Explosive Initiation, Structural/Mechanical Break-up, In- situ Negation l. Modeling and Simulation (M&S): Impact Mechanics Modeling, Numerical Manipulation, Trajectory Modeling, Signal Processing, Radar Characterization, Parametric Code Development, Data Management, Numerical Test Bed, Simulated Test Architectures. The provision of materials and end-items are likely to be required deliverables. The following is information provided to permit insight into requirements that will be included in this acquisition. This information is preliminary and further information /details will be provided in the published RFP. 1.The contractor will be required to perform temporary duty (TDY) non-local travel, as required in the performance of individual task orders. The TDY destinations may include both CONUS and OCONUS locations to include possible deployment to theaters of operations. 2. All key personnel must possess SECRET security clearance, with some efforts requiring a TOP SECRET clearance. In addition, certain key personnel may be required to possess TOP SECRET (TS)/Sensitive Compartmented Information (SCI) CLEARANCE access and/or be eligible for immediate adjudication by the appropriate cognizant security authority upon award of the contract. Requirements for SCI-eligible personnel shall be established by individual T/Os or D/Os. The responsible contracting officer or written designee shall apprise the contractor of any increased security requirements. 3.Performance of this anticipated effort will be subject to Organizational Conflict of Interest (OCI) provisions (see FAR Subpart 9.5). Firms performing directly or indirectly in a prime contractor, subcontractor at any tier, or consultant capacity on any system or program managed by USASMDC/ ARSTRAT or other associated air, space, and missile defense organizations may be precluded from participation in this contemplated acquisition. Furthermore, any awardee under this contemplated acquisition that provides support under an individual task order to a system or program managed by USASMDC/ARSTRAT or other associated air, space, and missile defense organizations, may be precluded from participating as a prime contractor, subcontractor at any tier, or consultant on future acquisitions directly or indirectly involving that system or program. For purposes of market research, the government is seeking to understand the capability and capacity of all interested firms. If the government were to set this acquisition aside for small business (either as a 100% set-aside or a partial set-aside), responsive small business concerns will be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting and 13 CFR 125.6 (known as the 50% rule). In general, rules concerning affiliation and joint ventures are located at FAR 19.101, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6. Under the 50% rule where the preponderance of support is for services, at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime. The prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of 'ostensible subcontractor' as set forth in 13 CFR 212.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth in 13 CFR 121.103(h)(3). Contemplated contract type: Multiple Award Indefinite Quantity, Indefinite Delivery Task Order Arrangement with FPIF, CPFF, CPIF and COST type CLINs available. Anticipated period of performance: two (2) year basic with two (2) one year options. Note that there is no limit to the number of other team subcontractors or size status of subcontractors. There is also no exclusive teaming limitations. Anticipated award date of December 2011. Estimated contract ceiling: Not established yet, but contemplated to be $497M Contemplated NAICS Code: 541712 with a size standard of 1,000 employees Foreign participation will not be allowed at the prime contractor or subcontract level. RESPONSES: Interested offerors must submit a brief but complete Capabilities Statement that demonstrates the company's capabilities to perform these requirements. Submission shall be limited to no more than 30 one-sided pages and should be Office 2007 compatible. Submission shall be capable of being printed on 8.5 x 11 inch paper with one inch margin (top, bottom, left and right) and a 12 point Arial or Times New Roman font. Line spacing shall be set at no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. If any of the material provided contains proprietary information, then mark and identify disposition instructions (submitted data will not be returned). Responses should include, but are not limited to the following: Company History: A history to include previous major products and primary customer base. Additionally, RFI responders should provide examples of past experience that would warrant the Government's consideration of the company as a prospective contractor for production, integration, engineering, training, field support, and other services including handling of the classified information up to "TOP SECRET." The respondents should focus on a proven track record. If you believe your firm possesses the technical capability, financial, facility, equipment and personnel resources, and relevant experience/past performance to perform the type of work specified above as a prime contractor, then request you also submit information stated below. If your anticipated participation will be that of a small business joint-venture, then you must identify each joint venture participant. If participation will be that of a newly formed small business joint venture, provide the information required by items 3 through 7 for each participant in the joint venture. 1.Company name and mailing address. 2.Point of contact (name, telephone number, and e-mail address). 3.Socio-economic status under the above stated NAICS (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 4.Current number of employees. 5.Identify the percentage of work that you, as a prime contractor, are capable of performing in each major technical function area (see above) for which you are capable. 6.Provide a brief summary of your company's experience and past performance within the past 3 years as a prime contractor as it relates to the magnitude of this anticipated requirement. Emphasis shall be placed on your past experiences with large task/delivery order acquisitions in a competitive, multiple-award environment and which involved the management of a large pool of subcontractors/team members. Each experience provided (Government or commercial) shall include the following information: (a) name of project, (b) brief description of project, (c) contract or project number, (d) contract type, (e) client/customer point of contact (name, address, phone number, e-mail address), (f) dollar/ceiling value of the contract/project, (g) period of performance of the contract/project, (h) relevance of contract/project to requirements of this anticipated effort, (i) total number and magnitude of task orders (dollar value, duration, etc) awarded to you under the contract; and (j) total number (delineated by business size) of subcontractors/team members managed by you under the contract. 7.If you are a small business or joint venture of small businesses under the above NAICS, discuss how your firm will meet the requirements that at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime contractor. Responses to this request shall be limited to 30 pages or less, excluding coversheets and/or table of contents, and must be received by 3:00 p.m., 17 February 2011. Responses must be submitted both electronically and in hardcopy format. Hardcopy submissions shall consist of one original and five copies, and shall be forwarded to USASMDC/ARSTRAT, Von Braun Complex, ATTN: SMDC-RDC-AB/Diana McCown, Bldg 5220, Huntsville, AL 35898. Electronic submission shall be sent to Diana.McCown@smdc.army.mil. END OF DOCUMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-11-SSTESL/listing.html)
 
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
 
Record
SN02358657-W 20110114/110112233906-4d689b415650a00701c3b845151a34db (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.