Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2009 FBO #2655
SOURCES SOUGHT

A -- Space and Missile Defense Technology Design, Development, Demonstration and Integration (D3I)

Notice Date
3/2/2009
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Space and Missile Defense Command, Deputy Commander, 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
SMDC-D3I-SS09
 
Response Due
3/17/2009
 
Archive Date
5/16/2009
 
Point of Contact
Diana McCown, 256-955-0099<br />
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT Space and Missile Defense Technology Design, Development, Demonstration and Integration (D3I) The title of this project is notional and may be restated at a later date. Suggestions are welcome. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of vendors who can support this requirement as a prime contractor. The type of solicitation (to include the requirements included under the solicitation) that will be issued will depend upon the responses to this sources sought synopsis and other information available to the Government. The resultant acquisition approach must ensure there is adequate competition among the potential pool of responsive contractors. Responses will only be accepted from those firms that are interested in being a prime contractor. Responses to this notice will be used as part of the information gathered as market research that will be used to develop the acquisition strategy for this acquisition. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The Government has not formalized an acquisition strategy, there is no solicitation, and there is no other information is available at this time. Other than responses to this sources sought, no other responses or inquiries will be accepted. Questions regarding the scope work of work or acquisition strategy will not be accepted at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. For purposes of market research, the Government is seeking to understand the capability and capacity of all interested firms. If you are a small business, and if the Government were to set this acquisition aside for small business (either as a 100% setaside or a partial setaside), you would be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting and 13 CFR 125.6 (known as the 50% rule). Rules on affiliation and joint ventures are at FAR 19.101, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6. Under the 50% rule where the preponderance of support is for services, at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime. The prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of ostensible subcontractor as set forth in 13 CFR 212.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth in 13 CFR 121.103(H)(3). There is no limit to the number of other team subcontractors or size status of subcontractors. Contemplated contract type: Multiple Award Indefinite Quantity, Indefinite Delivery Task Order Arrangement with fixed price rates per labor hour (established as maximum rates that may be discounted at the task order level. Anticipated period of performance: A five-year ordering period with an anticipated award date of 1 March 2010. Estimated contract ceiling: Not established yet, but contemplated to be $15B, but the ceiling will be shared across all contracts awarded. Contemplated NAICS Code: 541712 with a size standard of 1,000 employees Draft synopsis of technical requirement: Support to the U.S. Army Space and Missile Defense Command/U.S. Army Forces Strategic Command (USASMDC/ARSTRAT) in advancing the Armys space and missile defense capabilities. The purpose of this acquisition is to obtain contractor support in the following major functional areas: (1) Technology/Capability Concept Refinement and Demonstration; (2) Technology Exploration, Development, Exploitation and Demonstration; (3) Prototype and Pre-Production System Fabrication, Development, Integration, Demonstration and Data Analysis; (4) Modeling, Simulation, Interfacing, Integration and Data Analysis; (5) Lethality, Survivability, Electronic Warfare and Kill Assessment Development, Fabrication, Testing, Validation and Analysis; (6) Countermeasure/Penaid Design, Development, Sustainment, Test and Analysis; (7) Test Article Design and Fabrication; (8) Production and Fielding; (9) Training Development, Delivery and Assessment; (10) Contractor Logistics Support for Prototypes, Simulations, and Limited Fielding Assets; (11) Ground and Flight Missions Planning, Test Planning, Development, Mission Support, Evaluation, Analysis, Assessment, Signature Generations and Launch Services; (12) Fixed Site and Mobile Telemetry; and, (13) Safety Planning, Assessment and Execution. The provision of materials and end-items are likely to be required deliverables. The following is information provided to permit insight into requirements that will be included in this acquisition. This information is preliminary and further information /details will be provided in the published RFP. 1. The contractor will be required to perform temporary duty (TDY) non-local travel, as required in the performance of individual task orders. The TDY destinations may include both CONUS and OCONUS locations to include possible deployment to theaters of operations. 2. Certain contractor personnel must possess TOP SECRET/Sensitive Compartmented Information (SCI) CLEARANCE and/or be eligible for immediate adjudication by the cognizant security authority upon award of the contract. These personnel will be identified in the Scope of Work published with the RFP. Future requirements for SCI-eligible personnel shall be established by individual task orders. The contractor shall have or be able to obtain a Top Secret Facility Clearance and shall possess Safeguarding Capabilities. Some task orders issued under this contract may require access to, and clearance for, Special Access Programs (SAPs) up to and including the TOP SECRET/SCI level. Some task orders will require access to Sensitive Compartmented Information (SCI). The contractor shall perform in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22M) and ensure that all classified material is handled in accordance with the latest appropriate security classification specifications. Foreign participation will not be allowed at the prime or subcontract level. 3. Performance of this anticipated effort will be subject to Organizational Conflict of Interest (OCI) provisions (see FAR Subpart 9.5). Firms performing directly or indirectly in a prime contractor, subcontractor at any tier, or consultant capacity on any system or program managed by USASMDC/ ARSTRAT or other associated air, space, and missile defense organizations may be precluded from participation in this contemplated acquisition. Furthermore, any awardee under this contemplated acquisition that provides support under an individual task order to a system or program managed by USASMDC/ARSTRAT or other associated air, space, and missile defense organizations, may be precluded from participating as a prime contractor, subcontractor at any tier, or consultant on future acquisitions directly or indirectly involving that system or program. If you believe your firm possesses the technical capability, financial, facility, equipment and personnel resources, and relevant experience/past performance to perform the type of work specified above as a prime contractor, please submit the following information. If your anticipated participation will be that of a small business joint-venture, you must identify each joint venture participant. If participation will be that of a newly formed small business joint venture, provide the information required by items 3 through 11 and item 13 for each participant in the joint venture. 1. Company name and mailing address. 2. Proposed role in this anticipated acquisition. 3. Point of contact (name, telephone number, and e-mail address). 4. Socio-economic status under the above stated NAICS (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 5. Current number of employees. 6. Average annual revenue for the past 3 calendar years. 7. Discuss the type and number of facilities that are currently available and would be proposed to be used to satisfy the scope of work (describe the type of facilities, capacity, capabilities and equipment, facilities clearance level, etc). 8. Discuss your capability to perform under each of the 13 technical functional areas stated above, to include past experience in each of these functions. If you do not have the capability to perform under all 13 functional areas, address the portions that you do have the capability to perform under. Note, past experience should be demonstrated for each major technical function that the prime contractor indicates the ability to perform (in whole or in part). 9. Identify the percentage of work that you, as a prime contractor, are capable of performing in each major technical function for which you are capable. 10. Provide a brief summary of your companys experience and past performance within the past 3 years as a prime contractor as it relates to the magnitude and scope of this anticipated requirement. Emphasis shall be placed on your past experiences with large task/delivery order acquisitions in a competitive, multiple-award environment and which involved the management of a large pool of subcontractors/team members. Each experience provided (Government or commercial) shall include the following information: (a) name of project, (b) brief description of project, (c) contract or project number, (d) contract type, (e) client/customer point of contact (name, address, phone number, e-mail address), (f) dollar/ceiling value of the contract/project, (g) period of performance of the contract/project, (h) relevance of contract/project to requirements of this anticipated effort, (i) total number and magnitude of task orders (dollar value, duration, etc) awarded to you under the contract; and (j) total number (delineated by business size) of subcontractors/team members managed by you under the contract. 11. Discuss your firms financial capacity to prime this effort. Discuss your financial ability to support an effort of this size and scope, considering that payments may be as much as 90-120 calendar days in arrears of actual performance on multiple task orders. 12. Identify any real or potential organizational conflicts of interest that your firm may have regarding your status as a prime contractor, subcontractor at any tier, or consultant on any system or program managed by USASMDC/ ARSTRAT or other associated air, space, and missile defense organizations. Address each system and/or program separately and provide your planned approach for mitigating any conflicts. If no real or potential conflicts exist, so state. 13. If you are a small business or joint venture of small businesses under the above NAICS, discuss how your firm will meet the requirements that at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime contractor. Responses to this request shall be limited to 30 pages or less, excluding coversheets and/or table of contents, and must be received by 4:00 p.m., 17 March 2009. Responses shall be submitted both electronically and in hardcopy format. Hardcopy submissions shall consist of one original and five copies, and shall be forwarded to USASMDC/ARSTRAT, ATTN: SMDC-RDC-ES/Diana McCown, Bldg 5220/Room 1028, Huntsville, AL 35898. Electronic submission shall be sent to Diana.McCown@smdc.army.mil. Again, this announcement is being used solely to gather market research information. This is not a request for proposals nor will technical capability statements be considered to be a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3e3a9845e8e2ee79925f57182c94349b&tab=core&_cview=1)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL<br />
Zip Code: 35807-3801<br />
 
Record
SN01759943-W 20090304/090302215554-3e3a9845e8e2ee79925f57182c94349b (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.