SOURCES SOUGHT
99 -- Engineer Technical Operational and Support Services for the U.S. Army Space and Missile Defense Command / Army Forces Strategic Command
- Notice Date
- 10/13/2009
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- 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-10-S-0002
- Response Due
- 10/29/2009
- Archive Date
- 12/28/2009
- Point of Contact
- Charles Brent Phillips, 256-955-4162
- E-Mail Address
-
US Army Space and Missile Defense Command, Deputy Commander
(charles.phillips@smdc.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- The purpose of this sources sought synopsis is market research to gain knowledge of interest, technical capabilities and qualifications of U.S. Small Business Administration (SBA) Section 8(a) vendors who can support this requirement as a prime contractor. The resultant acquisition approach must ensure there is adequate competition among the potential pool of responsive contractors. The type of solicitation that will be issued will depend upon the responses to this sources sought and other information available to the Government. 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 available at this time. Other than responses to this sources sought, no other responses or inquiries will be accepted. Questions regarding the scope 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, no contact of the Technical POC or appointments for presentations will be made. For purposes of market research, the Government is seeking to understand the capability and capacity of all 8(a) interested firms. If the Government were to set this acquisition aside for 8(a) concerns, 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). As set forth in 13 CFR 124.513(b)(1), the 8(a) prime contractor must meet this requirement (1) individually, or (2) together with one or more other small business concerns as members of a formal joint venture, or (3) together with a small number of other small business concerns as subcontractors forming an informal joint venture, in which those subcontractors meet the definition of -ostensible subcontractor- as set forth in 13 CFR 121.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth in 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 (number of awards anticipated to be 2) Anticipated period of performance: A five-year ordering period with an anticipated award date of 31 May 2010 Estimated contract ceiling: $80M (ceiling to be shared across all contracts awarded) Contemplated NAICS Code: 561210 with a size standard of $33.5M Draft synopsis of technical requirement: The US Army Space and Missile Defense Command/Army Forces Strategic Command (SMDC/ARSTRAT) Deputy Chief of Staff, Engineer (DCSEN) provides engineering planning and programming; implementation and management of all Command real property and -Special Installation- management activities, and facilities management and construction activities in support of the Commands mission. In performance of this effort, the contractor shall support the DCSEN in fulfilling the following responsibilities: (1) Executing SMDC/ARSTRAT engineering functions to include dedicated engineering support to the war fighting elements of SMDC/ARSTRAT; providing engineering products to meet the mission requirements of the Missile Defense Agency (MDA), Ballistic Missile Defense Systems Manager (BMDSM), U.S. Northern Command (USNORTHCOM), and other Department of Defense (DoD) agencies with missions assigned to the command; and providing dedicated engineering support to emerging technology programs and initiatives to include the Joint Functional Component Command for Integrated Missile Defense (JFCC) programs, Joint Task Force-Global Network Operations, BMD Transition and Transfer (T2) process, and Army Force Stabilization programs. (2) Managing the Commands Facility Engineering and Military Construction (MILCON) program to include supporting Command program requirements for real estate planning, master planning, programming, design and construction of facilities, as well as base operations engineer requirements related to the Installation Management Commands (IMCOM) common levels of support, property disposal to meet mission objectives, and -Special Installation- oversight. (3) Execute a command-wide facilities management program to include space utilization, building management, coordination with host installations for public works support and management of leases of real property. (4) Managing an integrated program of garrison management-related policies plans and programs as developed and promulgated by the Army staff for the Special Installation, U.S. Army Kwajalein Atoll (USAKA), and support Fort Greely, AK as the Senior Mission Commanders Engineer. 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.Certain contractor personnel must possess TOP SECRET security clearances and/or be eligible for immediate adjudication by the cognizant security authority upon award of the contract. The contractor shall have or be able to obtain a TOP SECRET Facility Clearance and TOP SECRET -Safeguarding Capabilities.- Foreign participation will not be allowed at the prime or subcontract level. 2.Performance of this anticipated effort will be subject to Organizational Conflict of Interest (OCI) provisions (see FAR Subpart 9.5) prohibiting the contractor from engaging in any contractual or other activity which could create a conflict of interest with its position under this contract; which might impair its ability to render unbiased advice and recommendations; or in which it may derive an unfair competitive advantage as a result of knowledge, information, and experience gained during the performance of this contract. If you believe your firm possesses the technical and financial capability, necessary facilities, and relevant experience 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 joint venture, you must address this information for each joint venture participant. 1.Company name and mailing address. 2.Proposed role in this anticipated acquisition (single prime contractor or joint-venture). 3.Point of contact (name, telephone number, and e-mail address). 4.Socio-economic status under the above stated NAICS (e.g., 8(a), small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, Hubzone). 5.Current number of employees. 6.Financial capacity (average annual revenue for the past 3 calendar years, financial Lines-of-Credit, etc.). 7.Location of facilities that are currently available and would be proposed to be used to satisfy the scope of work. 8.Summary of your companys capabilities and experience as it relates to the magnitude and scope of technical requirements described above. Identified experience shall include the following information: (a) title of effort, (b) brief description of effort, (c) contract number, (d) contract type, (e) dollar value of the contract, (f) period of performance of the contract. 9.Identification of any real or potential organizational conflicts of interest that your firm may have in relation to this requirement and the planned approach for mitigating such conflicts. If no real or potential conflicts exist, so state. Responses to this request shall be limited to 15 pages or less, excluding coversheets and/or table of contents, and must be received by 3:00 p.m. CST, 29 October 2009. Responses shall be submitted both electronically and in hardcopy format. Hardcopy submissions shall consist of one original and three copies, and shall be forwarded to USASMDC/ARSTRAT, ATTN: SMDC-RDC-ES/Brent Phillips, Bldg 5220/Room 1028, Huntsville, AL 35898. Electronic submission shall be sent to charles.phillips@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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-10-S-0002/listing.html)
- 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
- Zip Code: 35807-3801
- Record
- SN01984105-W 20091015/091013234159-084542c742a39d52ac9ccdad2c2b4ee4 (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 |