Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2012 FBO #3959
SPECIAL NOTICE

R -- Synopsis for operational test support for the U.S. Army Operational Test Command (USAOTC), Fort Hood, Texas.

Notice Date
9/24/2012
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
MICC - Fort Hood, Directorate of Contracting, 761st Tank Battalion Avenue, Room W103, Fort Hood, TX 76544-5025
 
ZIP Code
76544-5025
 
Solicitation Number
W9115112R0037
 
Archive Date
12/23/2012
 
Point of Contact
worner heath, 254-287-2555
 
E-Mail Address
MICC - Fort Hood
(worner.heath@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Mission and Installation Contracting Command - Fort Hood intends to issue a Draft Request for Proposals (DRFP) to industry for comments on its requirement for operational test support for the U.S. Army Operational Test Command (USAOTC), Fort Hood, Texas. This synopsis is to advise potential offerors of the pending issuance of the DRFP and to give industry an opportunity to attend a Pre-solicitation Conference/Site Visit. The acquisition will be issued on a Full and Open Competition basis. The North American Industry Classification System (NAICS) is 541330 Engineering Services, Except Military Equipment and Aerospace and Weapon Systems. The size standard is $35.5 million. The anticipated performance period is a three-year single award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The anticipated contract type is Cost-Plus-Fixed-Fee (CPFF). Approximate issue date of the DRFP is 26 September 2012 with an anticipated DRFP closing date of 12 October 2012. A Pre-proposal conference/ site visit will be conducted at Fort Hood, Texas on 10 October 2012. In preparation for the conference, questions and comments on the DRFP are encouraged. Email questions will be accepted and the email address will be provided in the DRFP. The approximate cut-off date for receipt of industry written questions and comments on the DRFP is 12 October 2012. Approximate issue date of the final RFP is 30 October 2012 with closing date of 30 November 2012. The requirement calls for providing non-personal services to the USAOTC in support of its mission to plan and conduct independent operational testing and experimentation for the Army and various other Defense agencies. Operational testing encompasses a wide variety of activities ranging from logistical management to on site data collection and reporting. The contractor maintains, manages and utilizes one-of-a-kind instrumentation systems, which are predominantly computer driven and frequently involve complex modeling/simulation/stimulation. The contract will involve major efforts in system integration, system and software engineering, data collection, data reduction, data management, motor pool operations, equipment maintenance, and test support services in an other than office environment. Support occurs at all phases of the USAOTC world-wide mission (e.g., pre-test planning, test execution, and post-test activities). The new contract will also cover the potential need for support to multiple locations within the Continental United States (CONUS), Alaska and Hawaii. The contractor will be provided Government-Furnished Facilities (GFF) at West Fort Hood, Texas and Fort Bragg, North Carolina. Verbal requests will not be entertained regarding any information in this announcement. All inquiries must be submitted in writing. The DRFP and subsequent final RFP will be posted to the following website: https://acquisition.army.mil/asfi/. The Pre-Solicitation Conference will be held on October 10, 2012 beginning at 8:00 AM in building 91010 on West Fort Hood, Texas. An agenda will be provided at the conference. The purpose of the conference is to provide information on the mission and operations of the USAOTC and to give potential respondents an opportunity to seek clarification on the performance based work statement and other provisions of the DRFP. Offerors desiring to participate in the pre-solicitation conference are required to pre-register by emailing worner.o.heath.civ@mail.mil or calling 254-287-2555 not later than close of business on 5 October 2012. Directions will be provided in the DRFP. Offerors are required to follow-up with a list of attendees to include name, title and telephone number. Lists may be e-mailed to worner.o.heath.civ@mail.mil. Attendance is limited to four (4) individuals per offeror. This synopsis also invites interested respondents to submit information regarding possible Organizational Conflict of Interests (OCI) that will allow the Government to advise respondents about their potential to be viable competitors. The advisory opinion will contain sufficient information for interested respondents to make informed decisions about their participation in the acquisition. Each respondent will be advised that either it is considered to be a viable competitor for the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor. Respondents considered not to be viable competitors will be provided the general basis for the opinion. In order to receive an OCI advisory opinion the following information shall be provided not later than 12 October 2012 to the e-mail address below. The respondents shall describe their involvement in the development of any DoD System with details including contract numbers, dates, programs supported, a copy of Scope of Work of the Performance Work Statement to include list of deliverables, as well as contact information for Program Manager points of contact and contracting office points of contact. Respondents shall discuss any competitions for developmental work in which the company is involved regardless of the stage of the acquisition. Included shall be an electronic copy of your company's latest annual report to stockholders since this document discusses the company's involvement in various programs. The respondent shall present its rationale for why the cited development work does not create an OCI. Supporting information for the assertion that there is no OCI is vital to facilitate the Government's evaluation of an OCI. In the context of OCI, involvement is defined as any participation or connection to a project, contract, program, or product which may create actual or perceived OCI. This includes participation in contracts that provide engineering or technical support to sponsors or program offices responsible for developing such systems. The Contracting Officer will review statements provided by each respondent as to the developmental work the company has performed; evaluate the submittals considering in-house knowledge as to the company's program support; determine whether or not there is an OCI on a case-by-case basis. This must include all subcontractors. Subcontractor OCI is equivalent to a prime contractor OCI. Failure to provide the required information will be deemed non-responsive; incomplete submissions will not be considered and no opinion will be provided. Interested parties should submit their OCI information to the Contracting Specialist worner.o.heath.civ@mail.mil. The file shall be submitted in a format compatible with Adobe Acrobat or Microsoft Office (2007 or earlier) and is limited to no more than ten (10) pages in length. Verbal requests will not be entertained regarding any information in this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/eea0d66741a5cd470349d331eeea06df)
 
Record
SN02895843-W 20120926/120925001832-eea0d66741a5cd470349d331eeea06df (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.