Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2005 FBO #1433
SOURCES SOUGHT

A -- Systems Engineering and Technical Assistance Contract (SETAC) for the U.S. Army Space and Missile Defense Command

Notice Date
10/27/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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
TBD-01
 
Response Due
11/28/2005
 
Archive Date
1/27/2006
 
Small Business Set-Aside
N/A
 
Description
This special announcement has two purposes: (1) to obtain expressions of interest from the small business community in the SMDC SETAC recompetition at the prime contractor level; and (2) to roughly gauge the capability of those interested small busin ess firms or teams as viable contenders at the prime contractor level. The briefings and associated evaluations discussed in this notice do NOT replace the in-depth evaluation of a firms or teams ability to perform, however, these will be utilized to ma ke final decision concerning number and types of set-asides. The responses to this notice are for Government planning purposes only and shall not be construed as a definitive intent to proceed with this acquisition. At this time, the Government does not intend to award more than seven (7) SETACs. Further, we are exploring the potential to maximize set-aside opportunities for the SETAC program. As the Government is unsure of the extent of anticipated small and small disadvantaged business participation, it is undecided as to the specific number and/or types of set-aside awards to target during the development of its acquisition strategy. 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 BUSINESS SIZE STANDARD. The current Small Business Administrative (SBA) rules allow a set-aside when there is an expectation of two or more competitive offers from small business teams when at least 50% of the services will be performed by the collective efforts of all small busi ness members of the team. The current SBA 8(a) affiliation rules allow joint ventures or teams when the 8(a) concern performs a significant amount of the work with its own employees and the size of at least one 8(a) participant to the joint venture is l ess than one half the size standard corresponding to the NAICS code assigned to the contract. Such teams and/or joint ventures require the prior approval of the SBA. A Service-Disabled Veteran Owned-Small Business Concern (SDVO-SBC) prime contractor can subcontract part of a SDVO contract provided they spend at least 50% of the cost of contract performance incurred for personnel on the concerns employees or on the employees of other SDVO-SBCs. A joint venture of at least one SDVO-SBC and one or more oth er business concerns may submit an offer as a small business for a competitive SDVO-SBC procurement so long as each concern is small under the NAICS code size standard assigned to the contract. A qualified HUBZone SBC prime contractor can subcontract part of a HUBZone contract provided they spend at least 50% of the cost of the contract performance incurred for personnel on the concerns employees or on the employees of other qualified HUBZone SBCs. A joint venture of two or more qualified HUBZone SBCs m ay submit an offer for a HUBZone contract so long as each concern is small under the NAICS code size standard assigned to the contract. The joint venture itself need not be certified as a qualified HUBZone. Further information regarding teaming and joint ventures are located in the Code of Federal Regulations (13 CFR 124 and 125). NOTICE CONCERNING THE POTENTIAL FOR A WOMAN-OWNED SMALL BUSINESS SET-ASIDE: If the implementing guidelines for a woman-owned set-aside are in place in a timely manner to allow for such under the SETAC acquisition, the Government will consider such an award, therefore, if such companies/teams are interested in pursuing this opportunity, you may also express your interest in/schedule a capability briefing which is explained below . The North American Industry Classification System (NAICS) Code is 541710 with a small business size standard of 1000 employees for this acquisition. 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 US Ar my Space and Missile Defense Command, Huntsville and Washington DC; Program Executive Office - Missile and Space; and Other Government Agencies related to air, space, and/or missile defense. This support is both broad ranging and ever changing. The curre nt SETAC scope of work (SOW) has seven (7) functional areas: (1) Requirements Definition, Integration, and Planning; (2) Technology Development, System Development, Assessment, and Validation; (3) Threat Estimation/Projections; (4) Weapons Lethality and E ffects Estimation; (5) Modeling, Simulation and Interfacing; (6) Program/Project Analysis, Evaluation, Experimentation, and Support; and (7) Production and Fielding Support. The follow-on acquisition is anticipated to have the same or similar functional ar eas as well as possible additional functional areas including Warfighter Support and Homeland Defense Support. This acquisition will result in multiple awards with identical SOWs and numbers of Direct Productive Person-Hours (DPPHs). The contracts will c onsist 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 U.S. Army Space and Missile Defense Command (USASMDC), Program Executive Office - Missile and Space (PEO-MS), GROUND-BASED MIDCOURSE DEFENSE (GMD) JOINT PROGRAM OFFICE (JPO), and Missile Defense Agency (MDA) contracts. To the greatest extent pos sible, while still protecting the Governments interests, the OCI clause will be applied only for the supported technology areas of the contractors actual SETAC performance. Any small business firms, including 8(a), HUBZone, SDVO, or Woman-Owned firms, intending to propose as a prime contractor (especially those planning to use the affiliation and teaming rules issued by the SBA) are invited to give a capability presentation t o the Government (limited to one hour). Interested firms should submit an email stating your interest in presenting such a briefing to the Government within 30 days after the date of this announcement to Cynthia Smith at cynthia.smith@smdc.army.mil (title email SETAC 07 Capability Briefing). Large business requests for capability briefing opportunities as a prime contractor are not desired at this time. Capability presentations must mirror how you plan to propose. If proposing as a team, the presentat ion must reflect the team and team approach. The capability presentations/briefings will not be scheduled earlier than 60 days from the date of this synopsis. The capability presentations 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 all SETAC roles, (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 as a minimum to be $100M per year for the total program) with numerous subcontractors, (4) assurance and demonstration 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 underst anding of Army, DoD, and Government Agencies with whom USASMDC and PEO-AMD interface. T his acquisition is not open to participation by foreign firms at either the prime or subcontract level. In order to be considered for award, offerors must possess a TOP SECRET facility security clearance.
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN00922478-W 20051029/051027212206 (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.