Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOURCES SOUGHT

99 -- SOURCES SOUGHT SYNOPSIS For PROCUREMENT/DEVELOPEMENT OF TARGET SYSTEMS HARDWARE AND SUPPORT(TSHS)

Notice Date
3/26/2015
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
ACC-RSA - (Missile), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
RFI-TMO-15-0003
 
Response Due
4/30/2015
 
Archive Date
5/30/2015
 
Point of Contact
Tiffany Hawthorne, 256-313-3696
 
E-Mail Address
ACC-RSA - (Missile)
(tiffany.hawthorne@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought (SS)/Request for Information (RFI), market survey for information only, to be used for preliminary planning purposes in accordance with FAR Part 10, quote mark Market Research. quote mark THIS ANNOUNCEMENT IS NOT A REQUEST FOR PROPOSAL AND DOES NOT COMMIT THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT NOW OR IN THE FUTURE. NO SOLICITATION IS AVAILABLE AT THIS TIME, NOR IS THERE AN ESTIMATED DATE OF SOLICITATION RELEASE AT THIS TIME. The U.S. Army Contracting Command-Redstone Arsenal (ACC-RSA) on behalf of The Program Executive Office for Simulation, Training and Instrumentation (PEO STRI); Project Manager for Instrumentation, Targets and Threat Simulators (PM ITTS); Targets Management Office (TMO), Huntsville, Alabama has been tasked to solicit for and award an effort that requires1-Dimensional, 2-Dimensional and 3-Dimensional range target development and procurement, ancillary range target equipment procurement, target engineering services, target radar-cross section development, target infrared development, target data base management and technical administrative support, and range target technical insertion. These efforts involve frequent collaboration with TMO personnel and require the efforts to be performed within Redstone Arsenal commuting distance. The type of solicitation/Request for Task Execution Plan (RTEP) to issue will depend upon the responses to this synopsis. No reimbursement will be made for any cost associated with providing information in response to this synopsis or any follow up information requests. The solicitation will result in a single award 1 year base with the option of 4 year follow-on with fixed-price services, hardware, training material, cost reimbursable Other Direct Cost, cost plus fixed fee for associated engineering services and subcontract. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of prime contractors. The Government wants to ensure that there is adequate competition before determining the type of solicitation/RTEP to be issued. Offeror's response to this Synopsis shall be limited to twenty (20) pages and shall include the following information: 1.Company Name a.Address b.DUNS c.CAGE Code d.Phone e.Point of Contact i.Name ii.Title iii.Email Address 2.Please identify your company's business size standard based on the applicable NAICS code of 339999 - All Other Miscellaneous Manufacturing a.Large Business Concern b.Small Business Concern 8(a) c.Small Disadvantaged Business (SDB) d.Woman-Owned Small Business e.Historically Underutilized Business Zone (HUBZone) f.Veteran-Owned Small Business g.Service-Disabled Veteran-Owned Small Business 3.Describe your company's core competencies and how it relates to the required effort. 4.List your company's experience within the last five years for work of a similar size, type, and complexity as described above. State whether your company's interest in the SS and potential solicitation as a Prime or Subcontractor. a.Contract Number (s) b.Type of Contract (Firm Fixed Price, Cost Reimbursement) c.Dollar Magnitude d.Government Point of Contact with knowledge of Performance (Must be current and reachable) e.Did your company act as a Prime or Subcontractor i.If a Prime what percentage of work did your company self perform ii.If a Subcontractor what percentage of work did your company perform f.Did your company receive a rating or incentive in association with performance? Explain rating and/or incentive. g.What was contract value at time of award? What was total cost at contract completion? Explain cost growth, if applicable. 5.Describe in detail how the work on the contracts listed in question #4 demonstrated your company's ability to successfully perform, the following: a.Phase-in/Phase-out contract operations b.Staffing & resource management c.Provide CLS services facilitating operational availability d.Providing Target Engineering services. e.Operating in contingent environments f.Coordinating and interfacing with Military and other Government customers g.Property Administration IAW FAR Part 52.245-1 h.Target systems and Component Procurement i.Target systems Data base Management 6.If your company does not have relevant and recent experience as a Prime contractor, explain how joint ventures, teaming arrangements, strategic alliances, or other business arrangements might support your company ability in acting as a Prime contractor in successfully satisfying the stated requirement. 7. Does your company consider this a Firm Fixed Price (FFP) type effort, Cost Reimbursement (CR) type effort or hybrid (both)? a. If Cost Plus Fixed Fee, does industry consider this a completion or term effort? b.Given your answer to item 7(a) above, what type of additional data/metrics/etc if any, would need to be included in the RTEP package to be proposed as FFP, CR or hybrid type effort? 8. Please provide any questions, comments and feedback on the attached Performance Work Statement and its contents. 9.Will your company propose on this effort? Yes or No? a. If yes, please indicate the amount of time required to develop a proposal, 14 or 30 days. b. If not, please explain (No Teammate interest or expertise). Interested Offerors shall respond to this Sources Sought Synopsis no later than 1200 CST (RSA, AL) on Thursday, April 30, 2015. All interested contractors must be registered and active in the System for Award Management (SAM) to be eligible for award of Government contracts. Please submit your response for this market survey to Ms. Ellaphine Ragland, Contracting Officer, E-mail address: Ellaphine.ragland.civ@mail.mil. ) and Ms. Tiffany Hawthorne, Contract Specialist, E-mail address: tiffany.n.hawthorne2.civ@mail.mil All responses to this synopsis should be submitted via email. TO THIS SYNOPSIS SHOULD BE SUBMITTED VIA EMAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4caaa8a756395feb59530a9bc6d571fa)
 
Place of Performance
Address: ACC-RSA - (Missile) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03679884-W 20150328/150326235102-4caaa8a756395feb59530a9bc6d571fa (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.