Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2003 FBO #0680
SOURCES SOUGHT

A -- Analysis and Exploitation Center

Notice Date
10/6/2003
 
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
W9113M-03-R-0000
 
Response Due
11/20/2003
 
Archive Date
1/19/2004
 
Point of Contact
John Penley, 256-955-3000
 
E-Mail Address
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(john.penley@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Sources Sought Number: DASG60-03-0010. 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 busin esses 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 Analysis and Exploitation Center (AEC)- formerly the center for the Optical Data Analysis (OD A) program - competition at the prime contractor level, and (2) to roughly gauge the capability of those interested small business firms or teams as viable contenders at the prime contractor level. The capability papers and associated evaluations discusse d in this notice do NOT replace the in-depth evaluation of a firm or team's ability to perform; that evaluation will be part of the formal source selection process. As the Government is unsure of the extent of anticipated small and small disadvantaged bus iness 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 Administratio n (SBA) rules on affiliation, teaming, and limitations on subcontracting. Briefly, small businesses may team together (or even affiliate) and be eligible for award of a set-aside contract, providing that each team member meets the NAICS code small busines s 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 co llective 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 541710/1,000 employees. The co ntractors will be expected to provide non-personal services for technical analysis in support of the AEC mission - to provide comprehensive technical assessments, recommendations, analysis products, and critical lessons learned in a timely manner to the US Army Space and Missile Defense Command (SMDC), the Missile Defense Agency (MDA), intelligence agencies, Ballistic Missile Defense System (BMDS) Elements, and other appropriate organizations and agencies. The AEC will be located in a Government facility i n Huntsville, AL. Day-to-day AEC operation, as well as hardware acquisition and maintenance, is anticipated to be provided via a separate contract. The contractor(s) will perform all analysis efforts within the AEC. It is anticipated that the analysis r equirements will be executed via competitive task orders issued based on actual customer requirements. This support is both broad ranging and ever changing. The planned scope of work (SOW) includes six (6) functional areas: Pre-Mission Data Collection Pl anning, Data Reduction, Data Analysis and Exploitation, Target Modeling and Signature Generation, Algorithm Technology Development and Evaluation, and Special Studies as directed by MDA to address issues critical to system elements. This acquisition is an ticipated to result in at least two (2) awards with identical SOWs and numbers of person-hours. 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 c ould 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 res trictions 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 SMDC or MDA contracts. To the greatest extent possib le, while still protecting the Government's interests, the OCI clause will be applied only for the supported technology areas of the contractor's actual AEC technical analysis performance. Any small business firms, including 8(a) firms, intending to propo se 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). Interested firms should submit an email stating your interest in the acqui sition and including the requested paper to the Government within 45 calendar days after the date of this announcement to john.penley@smdc.army.mil (title email 'Analysis and Exploitation Center (AEC) Capability Papers'). The capability papers should addr ess the overall proposed team, including the prime and subcontractors and shall 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 on the team to successf ully execute the resultant contract, (2) the capability to quickly 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 t o be an 11-year award term - 3 base years and four 2-year award terms) with numerous 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 proje ctions 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 AEC interfaces. 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
SN00448350-W 20031008/031006213227 (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.