Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2011 FBO #3471
MODIFICATION

C -- Rapid Prototyping and Technology

Notice Date
5/25/2011
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division/Network Services Division (7QFA), 819 Taylor Street, Room: 11A30, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
PD2111USA103
 
Archive Date
6/23/2011
 
Point of Contact
Robin E. Johnson, Phone: (405)609-8084, Dale Shogren, Phone: (405)609-8083
 
E-Mail Address
rjohnson@gsa.gov, dale.shogren@gsa.gov
(rjohnson@gsa.gov, dale.shogren@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice constitutes a sources sought synopsis as well as a pre-solicitation notice. The statement that this service is considered a commercial service under FAR Part 12 has been deleted as it was listed in error. This is not considered a commercial service. (a) Content : The following data elements are applicable: (1) Action Code: N/A (2) Date: 5/24/11 (3) Year: 2011 (4) Contracting Office ZIP Code: 73102 (5) Classification Code: SIC 8711 / $27 million (6) Contracting Office Address: GSA, 301 NW 6 th Street, Rm 324, Oklahoma City, OK 73130 (7) Subject: Sources Sought Synopsis. (Solicitation has not been released yet and your proposal is therefore not yet being requested). No response is necessary. Go to ITSS.GSA.GOV in about 15 days to search for the solicitation and review any noted restrictions on business size. Must be registered in ITSS to obtain a copy of the solicitation. (8) Proposed Solicitation Number: PD2111USA103 (9) Closing Response Date: 30 days after release (10) Contact Point or Contracting Officer: Ms. Robin Johnson, CO (11) Contract Award and Solicitation Number: Award # TBD/ RFP PD2111USA103 (12) Contract Award Dollar Amount: TBD (13) Contract Line Item Number: See Solicitation (14) Contract Award Date: Estimated 22JUL2011 (15) Contractor : TBD (16) Description: Rapid Prototyping and Technology Insertion for the US Army (17) Place of Contract Performance: Various including OCONUS in Afghanistan. (18) Set-aside Status: This requirement has been offered to SBA for Small Business Set Aside. SBA's response is currently pending. Depending on their acceptance this may be SBSA or if they do not accept the SBSA request, it will be issued as an unrestricted solicitation. See final solicitation for final determination on your eligibility to submit a proposal. Description : Vendor pricing shall include labor categories mapped to those listed in the solicitation, fully loaded labor rates, travel, ODC's and any proposed indirect rates that can be supported with a DCAA approved FPRA or by your most recent fiscal/calendar year Financial Statements that are certified by an independent accounting firm and internally prepared calculation(s) of the proposed G&A and/or M&H rates using amounts cited on those financial statements. Material, travel and labor hour estimates will be provided by the government in the solicitation. Use these estimates to develop a total price for your proposal. Scope: This effort will provide the Quick Reaction & Battle Command Support Division of the CERDEC C2D with the contractual support required to perform a variety of tri-service C4ISR systems prototyping and prototype systems integration programs. The individual project requirements and duration of each effort assigned under this effort will vary to include engineering, 3D modeling/Computer Aided Design, virtual prototyping, fabrication, Computer Aided Manufacturing, installation, assembly, integration, technology insertion, testing, logistics, material acquisition, packaging and fielding, and other related activities as required in support of a variety of prototyping, integration, testing, and fielding, and C4ISR technology insertion and related projects. There are five fundamental areas in which the QR&BCSD will focus its emerging prototype technology advancement work: Command & Control Systems Mobile Electric Power Prototype Cost Control Ruggedized Cylinders for Expandable Trailers Vehicle/Soldier/Shelter Systems, Technologies, Sensors and Devices It is anticipated that this support will include: Technology Prototype Concept And Development Physical Prototyping And Modeling Prototype Testing, Integration And Refinement Travel: Contractor employees will be required to travel to various location in order to complete tasks at locations such as US Army CERDEC with locations at Fort Monmouth, NJ and other government and Commercial CDNUS or OCONUS locations as directed by the Government. Possible OCONUS locations include, but are not limited to Iraq, Afghanistan, Japan, Germany, France, Italy, England, Korea, Australia, Alaska, and Hawaii. The solicitation is currently in pre-approval stage. The technical evaluation criteria is currently proposed at: Past Experience and Technical Approach and these are listed in descending order of importance. Price will be determined fair and reasonable and evaluated as part of the Best Value determination. Past Experience and Technical Approach, when combined, are significantly more important than price. See final solicitation for final evaluation criteria. Materials and products are mainly required after award to support work requested of the successful vendor through work orders to be issued after award of the contract. (1) National Stock Number (NSN) if assigned: N/A (services) (2) Specification or QPL requirement: See solicitation for all evaluation criteria and requirements needed to be eligible for award. (3) Manufacturer, including part number, drawing number, etc.: N/A (4) Size, dimensions, or other form, fit or functional description: N/A (5) Predominant material of manufacture: TBD after award (6) Quantity, including any options for additional quantities: 9 months with 3 additional 30 day long optional periods. (7) Unit of issue: 9 months / 1 month / 1 month / 1 month (8) Destination information: TBD (9) Delivery schedule: Estimated to be 22JUL2011 to 22APR2011 with 3 additional one month long optional periods for a NTE end date of 21JUL2012 (10) Duration of the contract period: 9 to 12 months (11) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold, enter- (i) A description of the procedures to be used in awarding the contract: A request for a written proposal in response to a written solicitation. The proposal will be evaluated under the terms of the solicitation, i.e. Past Experience and Technical Approach and then Price. (ii) The anticipated award date: 22JUL2011 Contractor employees will be required to travel to various locations in order to complete tasks at locations such as US Army CERDEC with locations at Fort Monmouth, NJ and other government and Commercial CDNUS or OCONUS locations as directed by the Government. Possible OCONUS locations include, but are not limited to Iraq, Afghanistan, Japan, Germany, France, Italy, England, Korea, Australia, Alaska, and Hawaii. (15)(i) All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency unless the SBA accepts our offer of SBSA. If so, this restriction will be noted in the solicitation and offers will be limited to Small Businesses. (16) The solicitation will not be made available through the FBO website. Vendors may obtain the solicitation through ITSS.gsa.gov, if they are registered and once it is released. (17) The solicitation will be made available to interested parties through ITSS. You must be registered in ITSS prior to release of the solicitation. Those vendors that are not currently registered should go into ITSS immediately and use the services of the Help Desk if needed to get registered. The website address is ITSS.GSA.GOV and the help desk phone number can be accessed on the opening page. Do not request the solicitation by email. Obtain the solicitation through ITSS.GSA.Gov. (18) The technical data required to respond to the solicitation will be furnished as part of the solicitation. In addition, vendors must be registered in ITSS, CCR and have no negative data in EPLS that would negate their eligibility to accept the award of a federal contract. (19) Set-asides : A total small business set aside has been offered to the Small Business Administration for consideration and their response is pending. Depending on their acceptance, the requirement may or may not be restricted to small businesses. See the final solicitation for this information. (20) NAICS & SIC Codes : NAICS: 541330; SIC: 8711 $27 million; The requirement is not rated as "C lassified". (21) Type of Pricing Arrangement: Time and Materials. This pricing arrangement is made necessary due to the many unknowns associated with this work. Many requirements will be issued by work orders requiring a separate quote from the vendor. Travel is required and cannot be determined in advance. A surge in requirements could happen at any time and work could also slow down requiring a reduction in manpower. The Government will provide an estimate for materials that could be required; travel; and a level of effort/categories of labor needed to support this effort. Because of the changing requirements, historical data cannot be used to provide firm requirements that would enable a vendor to provide a firm fixed priced proposal. (22) Current Contract Holder for This Requirement: CACI Technologies, Inc., 6240 Guardian Gateway, Aberdeen Proving Grounds, MD 21005.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/160636aa17b88895b9f4d307deb0b8e5)
 
Place of Performance
Address: See description for current contract holder. Competitive quotes are being solicited., United States
 
Record
SN02457027-W 20110527/110525235129-160636aa17b88895b9f4d307deb0b8e5 (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.