Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
SPECIAL NOTICE

A -- Request For Information/Market Research Notice Follow-On/Replacement of Acquisition Strategy For Development, Demonstration, and Integration (D3I)

Notice Date
9/20/2021 12:11:33 PM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5000 USA
 
ZIP Code
35898-5000
 
Response Due
10/11/2021 2:00:00 PM
 
Archive Date
10/11/2021
 
Point of Contact
Cynthia J Smith, Phone: (256) 955-0073, Janet Schwarzbart, Phone: (719) 554-1965
 
E-Mail Address
cynthia.j.smith7.civ@mail.mil, janet.l.schwarzbart.civ@mail.mil
(cynthia.j.smith7.civ@mail.mil, janet.l.schwarzbart.civ@mail.mil)
 
Description
In accordance with Federal Acquisition Regulation 15.201(c) this Request for Information (RFI)/Market Research notice requests information for Government planning purposes only. Responses will assist the Government in planning its acquisition strategy for a potential future acquisition. The Government is not committed to issue a solicitation or award a contract or task order (TO) as a result of this announcement. Since this is not a solicitation for Request of Proposals (RFP), Invitation for Bid (IFB) or Request for Quotations (RFQ), the Government does not encourage submitting questions in response to this RFI and will not respond to any received questions, but may consider statements or recommendations when formulating its acquisition strategy development. On behalf of the U.S. Army Space and Missile Defense Command (USASMDC), the Army Contracting Command � Redstone Arsenal, Space, Missile Defense & Special Programs Directorate (ACC-RSA SMD/SP), is seeking input regarding the potential acquisition strategy for a follow-on or replacement contract vehicle to the USASMDC D3I multiple award indefinite delivery/indefinite quantity (MAIDIQ) contract vehicle. Industry is also encouraged to submit suggestions to modify the current D3I MAIDIQ composition (for example, modifying existing contract provisions, on-boarding, team composition, domain structure, etc.). D3I encompasses a cradle-to-grave concept for USASMDC research and development (R&D) requirements. D3I�s three domains are structured to account for the uncertainty of USASMDC�s future R&D needs and future technologies required in support of the Department of Defense. As an R&D enterprise contract vehicle, D3I provides USASMDC and its customers the ability to procure a broad range of missile defense, space and other applicable warfighter solutions in support of customers� developmental and operational requirements. D3I TOs focus on the R&D of hardware components and software solutions at different phases of maturity, while also providing a holistic, mission-focused contracting architecture to provide the flexibility and efficiency required to serve a dynamic and diverse customer base. The attached scope of work (SOW) for each of the current D3I MAIDIQ basic contracts provide context of USASMDC and its customers� R&D requirements (note: a similar SOW will be used for the follow-on/ replacement acquisition strategy). USASMDC and ACC-RSA SMD/SP are open to industry suggestions and alternatives regarding the follow-on/replacement acquisition strategy, and encourages those ideas in response to this notice. As of this juncture, however, USASMDC and ACC-RSA SMD/SP are considering two possible acquisition strategies to replace the D3I MAIDIQ contract vehicle, and are seeking industry feedback and/or information concerning an alternative strategy(ies). The first possible acquisition strategy is a follow-on contract vehicle, which is a continuation of the current D3I MAIDIQ where pre-established estimated labor category fixed bid rates are used for TO proposal purposes and USASMDC and customer R&D requirements would fall within one of several domains. For reference, the current D3I MAIDIQ has three domains that encompass 18 contracts (Domain 1 has eight contracts [full and open]; Domain 2 has six contracts [small business set asides]; and Domain 3 has four contracts [small business set aside]). Each domain has its own technical support area(s) (TSA[s]) that is unique to that domain. This first potential acquisition strategy would entail a replacement MAIDIQ contract vehicle with the use of domains and TSAs similar to the current D3I MAIDIQ contract vehicle. The second possible acquisition strategy would entail replacing the D3I MAIDIQ by using the General Services Administration�s (GSA) One Acquisition Solution for Integrated Services (OASIS) where a combination of GSA�s OASIS (full and open competition) and GSA�s Small Business (SB) (to include use of sub-pools for orders in support of the Small Business Administration 8(a) Program) contract vehicles would be used depending upon the R&D requirement and applicable market research. Under either acquisition strategy, the projected value of the follow-on or replacement contract vehicle to the current USASMDC D3I MAIDIQ is over $2,500,000,000.00. It is also envisioned that TOs will have a period of performance from two-to-nine years depending upon the selected strategy. USASMDC and ACC-RSA SMD/SP are seeking industry input into the advantages and disadvantages of each acquisition strategy discussed above, and/or suggestions for alternative contract structure for consideration in the final strategy. A list of Government perceived advantages and disadvantages for each acquisition strategy follows. A. First acquisition strategy, follow-on D3I MAIDIQ with pre-established estimated labor category fixed bid rates for task order proposals. Government perceived advantages: Prior experience with higher headquarters approval, which supports a reduction in administrative lead time; Basic contract fixed labor bid rates and tailored labor categories, which supports a reduction in procurement acquisition lead time; Basic contract fixed labor bid rates have not led to significant task order cost overruns/underruns; Basic contract fixed rate labor rates support reduced time taken to review task order cost proposals; Established task order processes, use of approved solicitation and proposal evaluation templates; and Rapport with vendors awarded future D3I prime contracts. Government perceived disadvantages: Higher headquarters approval of acquisition strategy can be lengthy which may increase the administrative lead time; and Possible stagnation of fixed labor bid rates if task order periods of performance are long, leading to possible cost overruns/underruns. B. Second acquisition strategy, replacement of D3I MAIDIQ by using GSA OASIS and GSA OASIS SB (requirements met via individual task orders). Government perceived advantages: USASMDC R&D requirements coverage (except for limited production); Use of existing basic contract, provides savings in time, personnel and money); no need to develop or execute a basic contract and fund minimum obligation, which saves administrative lead time; Multiple NAICS codes, non-R&D requirements coverage; and Aligns with Office of Management and Budget plan to reduce unaligned spending and increase the use of Best in Class solutions. Government perceived disadvantages: Higher headquarters approval of acquisition strategy can be lengthy, which may increase the administrative lead time; Not all USASMDC R&D requirements are covered (no limited production); Basic contract generic labor categories, may not fully support USASMDC R&D requirements; Task order cost realism analysis required, which may increase the procurement acquisition lead time; Lack of rapport with prime contractors because no contract privity at the basic contract level; and GSA contract access fee. Please provide comments and suggestions regarding any proposed acquisition strategies or other alternatives, not solely limited to the above, to the below listed POC�s by October 11, 2021. In addition to your comments and suggestions, please provide the following information: 1. Point(s) of contact name, mailing address, telephone number, and email address; and the company's business size status, Data Universal Numbering System (DUNS) number, Commercial and Government Entity (CAGE) Code (if available). 2. Company size for the NAICS code, such as large, small business, Small Disadvantaged Business (SDBs), 8(A), Historically Underutilized Business Zone (HUBZone), Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or academic institution. Also state whether your company is a non-traditional defense contractor. 3. Please discuss whether the USASMDC R&D requirements can be met under an existing Government Wide Agency Contract (GWAC), GSA, IDIQ, and/or Blanket Purchase Agreement (BPA), and/or other contract vehicle (and if yes, then please list the contract number, point of contact, and a brief summary of the products and services provided). Instructions for submitting responses. RFI responses are due by October 11, 2021, at 4:00 p.m. (CST); Electronic submission via email to: cynthia.j.smith7.civ@mail.mil, janet.l.schwarzbart.civ@mail.mil and bryan.a.sasaki.civ@mail.mil Size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format; Telephone requests or inquires will not be accepted; Only unclassified information will be accepted; All submissions must be clearly marked with the subject line, �RFI � D3I MAIDIQ Follow-on/Replacement Acquisition Strategy Comments/Suggestions;� and Limit submissions to no more than five (5) pages. As noted above, please note that this is a REQUEST FOR INFORMATION ONLY. SB concerns are encouraged to provide responses to this RFI in order to assist in determining potential levels of competition available in the industry. No solicitation exists at this time. Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by USASMDC and ACC-RSA SMD/SP as ""market research"" and will not be released outside of USASMDC, ACC-RSA SMD/SP, or their higher headquarters other than on an as needed basis. Responses to this notice will be incorporated with other market research. This RFI does not constitute a RFP, IFB, or RFQ, or a promise to issue a RFP, IFB, or RFQ in the future. This RFI is not to be construed as a commitment by the Government to enter into a contract, and the Government will not pay for the information submitted in response to this request and will not compensate any respondent for any costs incurred in developing, preparing, or submitting a response to this notice. Information submitted in response to this notice is strictly voluntary. All information contained in this RFI is preliminary, as well as subject to modification, and is in no way binding on the Government. Issuance of this RFI does not in any way restrict the USG as to its ultimate acquisition approach; the USG will determine whether or not to proceed with an acquisition and, if it does decide to proceed, select the best acquisition strategy that will meet the needs of the USG. Not responding to this notice does not preclude participation in any future RFP, IFB, or RFQ, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Unless an exception applies, if a solicitation is released, then it is will be synopsized at the Contract Opportunities website (https://beta.sam.gov/content/opportunities), GSA, or other suitable website. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI or future solicitations. Contact Information: Cynthia J. Smith, Contracting Officer; Janet L. Schwarzbart, Contracting Officer; and, Bryan A. Sasaki, Contracting Officer Contracting Office Address: Army Contracting Command � Redstone Space, Missile Defense, and Special Programs. Primary Point of Contact: Cynthia J. Smith, email address: cynthia.j.smith7.civ@mail.mil. Secondary Point of Contact:� Janet Schwarzbart, email address:� janet.l.schwarzbart.civ@mail.mil. Secondary Point of Contact:� Bryan Sasaki, email address:� bryan.a.sasaki.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/73bc6dffd1314e33b4ce2eaa66796bd7/view)
 
Record
SN06138071-F 20210922/210920230113 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.