Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOURCES SOUGHT

C -- Rapid Design & Development of Unmanned Vehicle Systems (RD2-UVS) - PWS (Draft)

Notice Date
8/12/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911NF) RTP, PO BOX 12211, RESEARCH TRIANGLE PARK, North Carolina, 27709-2211, United States
 
ZIP Code
27709-2211
 
Solicitation Number
W911NF-16-R-0036
 
Archive Date
9/10/2016
 
Point of Contact
AMELIA M FLOURNOY, , Lisa Gregory-Robinson,
 
E-Mail Address
amelia.m.flournoy.civ@mail.mil, lisa.m.gregory-robinson.civ@mail.mil
(amelia.m.flournoy.civ@mail.mil, lisa.m.gregory-robinson.civ@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
PWS (Draft) The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) Research Triangle Park (RTP) Division has a requirement to support the Army Research Laboratory (ARL), Sensors Electronics Devices Directorate (SEDD) Advanced Prototyping and Experimentation (APEX) Team's Mission to Rapidly Design, Develop and Transition technology to support urgent warfighter needs in the areas of Advanced Unmanned (Ground, Surface and Aerial) System Technology Concept Generation, Development and Experimentation. This work addresses the need to advance the state-of-the-art in these technology areas by rapidly evolving technologies critical to the warfighter. Further details are provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). The purpose of this notice is to seek information to determine whether a HUBZone small business can perform the tasks specified in the attached draft PWS and to publicize the planned solicitation release for this requirement on or about 26 August 2016. One contract is anticipated to be awarded on or before 30 September 2016. THERE WILL NOT BE A 2ND PRE SOLICITATION NOTICE ISSUED FOR THIS REQUIREMENT. This notice is being provided to improve small business access to acquisition information and enhance competition by identifying contracting and subcontracting opportunities. According to FAR Part 19.15, such requirement can either be awarded on a competitive or sole source basis. The following considerations for a possible future award apply: • Anticipated Type of Contract: Firm-Fixed Price (FFP) or Cost Plus Fixed Fee (CPFF) • North American Industry Classification System (NAICS): 541330 • Small Business Administration Size Standard: $15M • Contract Length: 18 months from the date of award • Vendor must be registered in the System for Award Management (SAM) If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 3) Contract numbers and description for efforts previously accomplishments that are relevant to the attached PWS. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) provide services under a performance based service acquisition contract; and 4) determine if competition exist and two or more HUBZone small businesses are capable of providing technically acceptable proposals. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested HUBZone concerns are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 4 pm, EST, 26 August 2016. All responses under this notice must be e-mailed to Amelia Flournoy at amelia.m.flournoy.civ@mail.mil and Lisa Gregory-Robinson at lisa.m.gregory-robinson.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a requirement of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 51% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 51% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a HUBZone small business. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Your response to this notice, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Amelia Flournoy and Contracting Officer, Lisa Gregory-Robinson, in either Microsoft Word or Portable Document Format (PDF), via email to amelia.m.flournoy.civ@mail.mil and lisa.m.gregory-robinson.civ@mail.mil. All data received in response to this notice that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the Contract Specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this notice. THIS NOTICE DOES NOT CONSTITUTE A SOLICITATION NOR REQUEST FOR PROPOSAL AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOU NOTICE IS STRICTLY VOLUNTARY. NO BASIS FOR CLAIMS SHALL ARISE AS A RESULT OF A RESPONSE TO THIS NOTICE OR THE USE OF SUCH INFORMATION AS EITHER PART OF THE EVALUATION PROCESS OR IN DEVELOPING SPECIFICATIONS FOR ANY SUBSEQUENT REQUIREMENT.THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AND NO REQUESTS FOR EXTENSIONS WILL BE GRANTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/08be54b9e07cc2c076dee63390ad76f8)
 
Place of Performance
Address: The APEX Site at Blossom Point will be the primary test location. The APEX site is located at:, Blossom Point Research Facility, 15000 Blossom Point Road, Welcome, Maryland, 20693, United States
Zip Code: 20693
 
Record
SN04221645-W 20160814/160812234657-08be54b9e07cc2c076dee63390ad76f8 (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.