Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOURCES SOUGHT

A -- PEO-Soldier Support Services

Notice Date
3/13/2003
 
Notice Type
Sources Sought
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
DASG60-03-0002
 
Archive Date
5/27/2003
 
Point of Contact
Michele Williams, 256-955-3388
 
E-Mail Address
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(michele.williams@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA The purpose of this Sources Sought Synopsis is to determine if a sufficient number of small business concerns exist to obtain adequate competition to support a determination for small business set-aside. Large businesses should not respond at this time. This special announcement has two purposes: (1) to obtain expressions of interest from the small business community in the PEO-Soldier Support Services competition at the prime contractor level, and (2) to roughly gauge the capability of those interested s mall business firms or teams as viable contenders at the prime contractor level. The capability papers and associated evaluations discussed in this notice do NOT replace the in-depth evaluation of a firm?s or team?s ability to perform; that evaluation wil l be part of the formal source selection process. As the Government is unsure of the extent of anticipated small and small disadvantaged business participation, it is undecided as to how many and/or what types of set-aside awards to target during the development of its acquisition strategy. The extent of small business participation is made more complicated by the Small Business Administration (SBA) rules on affiliation, teaming, and limitations on subcontracting. Briefly, small businesses may team together (or even affiliate) and be eligible for award o f a set-aside contract, providing that each team member meets the NAICS code small business definition for that procurement. The rules allow a set-aside when there is an expectation of two or more competitive offers from small businesses or small business teams when at least 50% of the services will be performed by the small business or the collective efforts of all small business members of the team. Further, the current affiliation rules allow 8(a) joint ventures or teams when each team member is small according to the applicable NAICS Code and the 8(a) concern performs a ?significant amount? of the work with its own employees. Such teams and/or joint ventures require the prior approval of the SBA. Small Businesses should note the North American Industry Classification System (NAICS) Code and size standard is 541710/1000 employees. The contractors will be expected to provide non-personal services for systems engineering and technical assistance in support of the Mission and Function Statements for the PEO-Soldier and it?s subordinate Project/Product Managers (PMs), including, PM Sold ier Warrior (PM S-WAR); Project Manager Soldier Weapons (PM SW); and Project Manager Soldier Sensors and Equipment (PM S-SEQ). PEO-Soldier and PM Soldier Sensors and Equipment (S-SEQ) is located at Ft. Belvoir. PM Soldier Warrior (S-WAR) is located at bo th Ft. Belvoir and Huntsville AL. PM Soldier S-SW is located at Picatinny, NJ. This support is both broad ranging and ever changing. The planned scope of work (SOW) has fourteen (14) functional areas: Requirements Definition, Integration, and Planning ; Strategic, Program, Security and Acquisition Planning; Technology Development Support, Combat System Development Support, Weapon System Development Support, Assessment, and Validation; Threat Estimation/Projections; Weapons Lethality and Effects Estimati on; Modeling, Simulation, and Interfacing; Software Development Support, Software Independent Verification and Validation, System Integration Support, and Configuration Management Support; Program/Project Analysis, Evaluation, Experimentation, Budget and C ost Estimation, and Program Management Support; Production and Fielding Support; Government Property, Logistics, and Operations Support; Liaison and Public Affairs Support; Test Planning and Execution; Communications Support; and Administrative and Graphic s Support. This acquisition will result in at least two (2) awards with identical SOWs and numbers of person-hours. The contracts will consist of fixed-price labor categories and cost reimbursable travel and materials line items. The Government does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors (i.e., any given contractor could propose as a prime contractor as well as participate as a subcontractor on one or more other proposing teams). Further, we do not intend to impose any restrictions on team membership after award. The resultant contracts will contain an organizational conflict of interest (OCI) clause that could limit a successful proposer from participating in any other PEO ? Soldier contracts. To the greatest extent possible, while still protecting the Government?s interests, the OCI clause will be applied only for the supported technology areas of the contractor?s actual PEO-Soldier Support Services performance. Any small business firms, including 8(a) firms, intending to propose as a prime contractor (especially those planning to use the SBA affiliation and teaming rules) are requested to submit a capability paper to the Government (limited to 5 pages). Interest ed firms should submit an email stating your interest in the acquisition and including the requested paper to the Government within 15 calendar days after the date of this announcement to michele.williams@smdc.army.mil (title email ?PEO-Soldier Support Ser vices Capability Paper?). The capability papers should focus on issues that affect the decision as to number/types of set-aside awards such as: (1) the breadth and depth of technical and management expertise to successfully execute the resultant contract, (2) the capability to quic kly ramp up qualified and trained personnel at the onset of the contract, (3) the capability to administer and manage an indefinite delivery/indefinite quantity, task order contract (expected to be a minimum of $7M per year for the total program) with nume rous subcontractors, (4) assurance that the small business firm or small business team will perform 50% of the work, (5) capability to perform realistic cost and schedule projections for complex technical and integration efforts, (6) a contract management structure that allows for an integrated organization accountable for total performance responsibility, and (7) an understanding of Army, DoD, and Government Agencies with whom PEO-Soldier interface. This acquisition will not open to participation by foreign firms at either the prime or subcontract level.
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-CS, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN00278923-W 20030315/030313213807 (fbodaily.com)
 
Source
FedBizOpps.gov 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.