SOURCES SOUGHT
A -- Market Research Request for Information about Prototyping & Engineering Support for the Special Products and Prototyping Division (SPPD) Quick Response Branch (QRB).
- Notice Date
- 4/19/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY-12-R-B010
- Response Due
- 4/26/2012
- Archive Date
- 6/25/2012
- Point of Contact
- Paul A. Easton, 703-704-0834
- E-Mail Address
-
ACC-APG - Washington
(paul.a.easton.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Market Research The Army Contracting Command-Aberdeen Proving Ground (ACC-APG)-Belvoir Division (ACC-APG-Belvoir) is conducting a market research in accordance with Federal Acquisition Regulation (FAR) Part 10 to identify potential firms that have the skills, experience, knowledge, and capabilities required to perform the following potential requirement: This requirement consists of Prototyping & Engineering Support for the Special Products and Prototyping Division (SPPD) Quick Response Branch (QRB). The SPPD QRB currently supports the US Army, US Marine Corps, Special Operation Command (SOCOM), Research, Development and Engineering Command (RDECOM) Field Assistance in Science and Technology Activity as well as other DOD customers. The call for technical support can come at a moment's notice for programs in directions from one week to over one year. The Quick Response Branch can also support these customers in the form of both technical and programmatic ways through more deliberate programs that can approach three years in duration. These programs will involve the application of technologies, materials and components operating across the electromagnetic spectrum. This efforts tasking will include market research, component development, system development, system integration, system test and evaluation, program documentation and program management. The contractor will be required to develop prototypes as quickly as possible when the requirement arises as well as conducting research and development testing as well as transition to fields for a variety of special systems that support operation operational requirements. The QRB also performs many efforts "within house" and will require at times expedited material purchase based on Government direction. In performing this contract, the contractor shall have access to classified materials ONLY at an approved Government facility or Contractor facility directed by the Government Task Leader. All contractor personnel working at the Night Vision and Electronic Sensor Directorate (NVESD) Fort Belvoir, VA are required to have at least a minimum Secret clearance. The acquisition may be set-aside for small business. The government is seeking additional information from small businesses to aid in the acquisition planning for this requirement. Small Businesses interested in this opportunity may decide to partner/team with other businesses in order to meet the requirements of the acquisition. The North American Industry Classification Systems (NAICS) code is set as 541330 with a size standard of $ $4.5 million for average annual gross receipts over the past three years. Responses to this Sources Sought shall include: Your Firm's Capability Statement Responses to the below questions (no more than 3 pages) The Government requests that interested offerors submit an electronic response of not more than ten (10) pages, 8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responsible sources having relevant experience may submit their statement of interest and technical capabilities. They should also identify whether they are a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, and/or a Native American Small Business under the proposed NAICS code 541330. The NAICS code provided is anticipated at the time of release of this notice. It is not to be considered final and is not indicative of an approved small business strategy. Responses should also include the company name, CAGE code, point of contact, and address. All information received in response to this Sources Sought Synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. Responses are due no later than 25 April, 2012 10:00am Eastern Time (ET). Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Questions: 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541330. The Small Business Size Standard for this NAICS code is $23 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the attached PWS? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541330 If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your company possess the capabilities to provide the entire range of services called for in the RFI? ______ YES _______ NO 6. If you answered YES to Question # 5, please provide specific capabilities and examples for how your company can provide these services. 7. If you answered NO to Question # 5, please list what services in the RFI your company can provide? Please provide specific capabilities and examples. 8. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 9. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 10. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 11. If you are a small business how do you select your partners and/or subcontractors? Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/106b4ca7ef36f614c9a4667f4a70129e)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN02726473-W 20120421/120420000032-106b4ca7ef36f614c9a4667f4a70129e (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 |