Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
MODIFICATION

A -- RFI

Notice Date
4/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY12RB009
 
Response Due
5/1/2012
 
Archive Date
6/30/2012
 
Point of Contact
Stesnie Johnson, 703-704-0848
 
E-Mail Address
ACC-APG - Washington
(stesnie.johnson@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI The Army Contracting Command-Aberdeen Proving Ground (ACC-APG)-Belvoir Division (ACC-APG-Belvoir) is conducting a market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential firms that have the skills, experience, knowledge, and capabilities required to perform the following potential requirement: This requirement consists of providing provide technical approaches and hardware solutions that improve current Electro-Optics sensors, imagers, and lasers overall system performance increasing Far Target Location accuracy (azimuth and vertical) and/or target identification range. The contractor shall support field tests, user assessments, and demonstrations to evaluate system performance. Support shall include planning, shipment, setup, execution, break down, and other logistics functions, and shall also include data collection, research, analysis, and preparation of reports, briefings and summarizing test results. The contractor shall provide test planning and reports as needed. The effort will be performed on site at an existing Government facility at Fort Belvoir, Virginia. Employees are required to have a Secret Security Clearance. The acquisition may be set-aside for small business. The government is seeking additional information from small businesses to aid in the acquisition planning for this requirement. Small Businesses interested in this opportunity may decide to partner/team with other businesses in order to meet the requirements of the acquisition. The North American Industry Classification Systems (NAICS) code is set as 541712 with a size standard of 500 employees. Responses to this Sources Sought shall include: Your Firm's Capability Statement Responses to the below questions The Government requests that interested offerors submit an electronic response of not more than ten (10) pages, 8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responsible sources having relevant experience may submit their statement of interest and technical capabilities. They should also identify whether they are a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, and/or a Native American Small Business. The NAICS code provided is anticipated at the time of release of this notice. It is not to be considered final and is not indicative of an approved small business strategy. Responses should also include the company name, CAGE code, point of contact, and address. All information received in response to this Sources Sought Synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. Responses are due no later than 01 May, 2012 10:00am Eastern Time (ET). Interested parties can e-mail their capabilities and relevant history to Ms. Stesnie Johnson, stesnie.a.johnson.civ@mail.mil. Email responses should not exceed 5 Megabytes (MB). Responses received after the specified due date and time may not be reviewed. All requests for further information must be made in writing or via email; telephonic or facsimile requests for additional information will not be accepted. Questions: 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of ____ and 2 secondary NAICS codes of ______. The Small Business Size Standard for this NAICS code is ____ million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the attached PWS? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code _____ and secondary NAICS codes ______? If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company possess the capabilities to provide the entire range of services called for in the RFI? ______ YES _______ NO 6. If you answered YES to Question # 5, please provide specific capabilities and examples for how your company can provide these services. 7. If you answered NO to Question # 5, please list what services in the RFI your company can provide? Please provide specific capabilities and examples. 8. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 9. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 10. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 11. If you are a small business how do you select your partners and/or subcontractors? Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. This information will help the Government form its acquisition strategy. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e0edf21295bdcf6276ca0c656677de12)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02731511-W 20120427/120426000353-e0edf21295bdcf6276ca0c656677de12 (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.