Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOURCES SOUGHT

R -- Amendment to Source Sought

Notice Date
9/11/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W911S0RMCOE9
 
Response Due
9/16/2009
 
Archive Date
11/15/2009
 
Point of Contact
Marilyn D Brown, 910-643-7005
 
E-Mail Address
ACA, Fort Bragg
(marilyn.brown@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is an amended/follow-on announcement to the Sources Sought issued by the Mission and Installation Contracting Command (MICC) Center-Fort Eustis on 22 April 2009 regarding services in support of the US Army Maneuver Center of Excellence (MCOE) and its subordinate elements, the United States Army Armor Center (USAARMC) (currently at Ft Knox, KY, but relocating to Ft Benning, GA, under the Base Realignment and Closure (BRAC) legislation), and the United States Army Infantry Center at Ft Benning GA. The MICC Center-Fort Bragg (MCFB) would like to invite interested contractors to an industry conference on this requirement to be held on 24 September 2009 at Fort Benning, GA to participate in a vetting/discussion on the conceptual acquisition strategy. See the end of this notice for details on location and registration. The MCFB assumed responsibly for this acquisition from MICC Center-Fort Eustis on 31 July 2009. As noted in the initial sources sought, this is a recompete of Contract Number W912SU-05-D-0006-0003 thru 0007 which is an existing Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract supporting the Armor Center, with the scope revised to support the MCOE as it evolves as a result of BRAC. This contract was competed on an unrestricted basis and the incumbents are CACI Premier Technologies, Camber Corporation, Dynamics Research Corporation, Northrop Grumman, and Research Triangle Institute. The MCFB has conducted additional research using various North American Industry Classification System (NAICS) determined to reflect the work in the Draft Performance Work Statement (PWS) to assist in the development of the acquisition strategy and the role of small businesses. Analysis of all actions awarded under the various NAICS indicated that small business performed only 16% of total dollars spent, while other than small business performed 85% (FY09) at Ft Knox, KY and Ft Benning, GA. It appears this is a direct reflection of the NAICS size standard which is $7M from the vast majority of NAICS considered (541511, 611430, 611710, 541990, etc). Information submitted in response to the initial sources sought, the requirements of FAR Clause 52.219-14, Limitations on Subcontracting(which requires a small business to perform at least 50 percent of the work) and the result of additional research does not support in splitting into separate restricted and non-restricted contract suites. Therefore, a conceptual acquisition strategy is proposed that consists of an unrestricted competition, subcontracting plan/commitment as an evaluation factor/standard (with a standard or goal of 25-35% of total program dollars to small businesses), and the contract terms and conditions that prime contractors who do not meet/achieve stated subcontracting goals by the end of two (2) years, which include base plus one option year, will not have their option exercised. The contract task order guide will also require ordering officers to review requirements being considered for competition under the resulting contract that have standalone work in only 1-2 task areas should not be competed under the contract if two or more small businesses are available at a fair market price. The conceptual acquisition strategy contains provisions for multiple-award ID/IQ contract, a basic ordering period of one (1) year and four 1-year optional ordering periods, an overarching program ceiling of approximately $400M, and competition at the task order level. While the program ceiling will be established on a total contract basis over the life of the contract, the breakdown by Draft PWS task area is: General Technical and Analytical Support - $10M, Training Development Support - $30M, Doctrine Development Support - $15M, Combat Development Support - $70M, Training Support - $100M, Simulations and Analysis Support - $135M, and Support Services - $35M. Interested industry partners can find a copy of the Draft PWS and the registration form for the conference at Army Single Face Industry, https://acquisition.army.mil/asfi/. The primary POC for this conference registration is Ms. Marilyn D. Brown: Email- marilyn.brown@us.army.mil; Telephone- 910-643-7005, Fax- 910-396-5603, Mailing Address- MICC Center-Fort Bragg, ATTN: Ms. Marilyn D. Brown, 2175 Reilly Road, Stop A, Fort Bragg, NC 28310. Registrations for the conference must be submitted by close of business, Wednesday, 16 September 2009. The conference facility is limited to 200 people. Request that interested industry partners only bring 2-3 representatives. Registration will be conducted on a first come basis. Industry partners who do not register may not be allowed to participate depending on number of registered attendees so registration is highly encouraged. The conference will be held on Thursday, 24 September 2009 from 0800-1200 at Headquarters Infantry Center, Building 4, Classroom 6, Ft Benning, GA. The Government team is offering eighteen 20-minute one-on-one sessions with industry partners interested in participating as a prime contractor from 1300-1630. Potential small business partners will have priority with regards to registering for the one-on-one sessions. The one-on-one sessions should not be used to present or market a companys capabilities, but should focus on addressing concerns or comments regarding the conceptual acquisition strategy or the Draft PWS. Small business partners must express their interest in these sessions by Wednesday, 16 September 2009. The MICC Center-Fort Bragg will consider requests for office calls regarding this acquisition after Monday, 5 October 2009 at Fort Bragg for industry partners who are not able to schedule a one-on-one session. Technical personnel will not be available for those office calls. Industry is also encouraged to submit any questions they would like addressed at the industry conference to Ms. Brown by Wednesday, 16 COB September 2009. A copy of the registration for the conference will be provided to all participants and those industry partners interested in performing as primes will be asked to so indicate as part of registration to facilitate partnering with small businesses. The Government is open to any suggestions that may facilitate the partnering with small businesses as part of this acquisition. The industry partners are hereby advised that vehicle registration and photo identification is required to gain access to Ft Benning. Access to Ft Benning is restricted. THIS IS NOT A REQUEST FOR TECHNICAL OR COST PROPOSALS. This is an opportunity for industry interested in serving as prime contractors to assist the Government with the development of the acquisition strategy. The Government will not reimburse industry for any costs associated with participating in this conference. Alion Science and Technology has been supporting the Government throughout the development of the acquisition strategy. The company is performing under an accepted Organizational Conflict of Interest mitigation plan and has not been excluded from participating at this time. Alion Science and Technology has not and will not be involved with the review or evaluation or any information submitted by industry in conjunction with this acquisition. Any questions/concerns regarding their participation should be submitted to Ms. Brown for review by the Contracting Officer, Ms. Betty J. Parker; (email: Betty.Parker1@us.army.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/DABK/DABK07/W911S0RMCOE9/listing.html)
 
Place of Performance
Address: ACA, Fort Bragg Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets Fort Bragg NC
Zip Code: 28310-5000
 
Record
SN01950935-W 20090913/090912001115-dce0ee32e07d505ad697f9b88345701b (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.