MODIFICATION
U -- Amendment 03: Sources Sought Notice for Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) for Computer Based Instruction Development (CBID II)
- Notice Date
- 2/27/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK12CONJCSSCBIDII
- Response Due
- 3/7/2013
- Archive Date
- 4/28/2013
- Point of Contact
- H. David Carter, 407-208-5617
- E-Mail Address
-
PEO STRI Acquisition Center
(harrison.d.carter@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- In consideration of the recent National Defense Authorization Act of 2013, H.R. 4310, Section 1697, Contracting with Small Business Concerns Owned and Controlled by Women of 3 January 2013, the Contracting Officer is amending this sources sought notice to inform Industry that the effort will now be competed among the Woman-Owned Small Business (WOSB) only rather than a 100 percent Small Business set-side. Description: Woman Owned Small businesses, based upon the size standard for NAICS 541519 (Other Computer Related Services) and those qualifying under related Small Business Administration socioeconomic contracting programs, that possess the resources/capabilities necessary, either individually or as a team, to successfully perform in the business areas and adequately manage a contract with the expected performance period and ceiling value, may respond to any eventual solicitation for this requirement. The anticipated period of performance of a contract which might result from a future solicitation for the required products/services is not more than five years with an estimated ceiling value of $60 million. No new or updated capability statements are required from qualifying (WOSB) firms which responded to the initial sources sought notice, as there are no changes to the requirement business areas, or any other portion of this notice. However, qualifying firms which did respond may acknowledge having viewed this amended text and indicate your continued interest via email to the Contracts Specialist indicated below. Interested WOSB concerns which did not respond to the earlier notices may submit capability statements, in accordance with the format, parameters and required information indicated below. The business areas for which the requirements apply remain unchanged from the initial sources sought notice (posted 29 June 2012). A DRAFT Statement of Work was posted in conjunction with Amendment 02 of this sources source (posted 8 January 2013) and is still available for reference. NOTE: NAICS Code being considered for this requirement is 541519, Other Computer Related Services. Your response shall include the following information: size of company, number of employees, and average revenue for last three years. An agency properly may consider the experience or past performance of an offeror's parent or affiliated companies and as such all past performance will be identified as to the parent company submitting response or an affiliated or sister company. Provide documentation of technical expertise and capability in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. It is imperative that business concerns responding to this Sources Sought articulate their capabilities clearly and adequately. Some Contractor personnel will require TS/SCI, but all must have, as a minimum, a SECRET security clearance to work on requirements involving classified information. Additionally, please provide the following company specific information: a. Your Central Contractor Registration (CCR) number, Commercial Government Entity (CAGE) code number and DUNS Number. b. Your company name, as listed in CCR to include doing-business-as (dba) information. c. A point of contact (POC) name, telephone number and e-mail address. d. NAICS Code Market Research Questions: a. What contract type would you recommend for the ID/IQ contract? Please provide the rational for your recommendation. The Government is leaning toward FFP labor and COST type contract line item numbers (CLINS) for travel and other direct costs (ODCs). What, if any, risks do you foresee with this approach and what mitigation methods would you use or recommend? b. What recent relevant performance (past three years) and/or current work experience does your company have performing to deliver the services and products (to include desktop trainers) identified above? On Government contracts of this magnitude and scope? Please provide specific examples. c. Explain the composition of your company and define the team(s) you would use to provide sufficient numbers of subcontractors (large and small) to deliver required CBID products in an efficient, cost effective manner while meeting all contract requirements. d. Is your company capable of providing qualified and experienced personnel at appropriate security levels? Please explain. e. Small businesses must comply with FAR 52.219-14 -- Limitations on Subcontracting, regarding contract performance (at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern). Is your company capable of providing a team composition that can support the entire scope of this contract effort with sufficient depth to perform the variety of tasks of varying complexity while performing at least 50 percent of the work? Please explain. f. The Government is considering quote mark package pricing quote mark of the levels and types of products. As an example, one (1) hour of Level One courseware development cost = $3,000.00; where resources (labor categories, software, etc.) to develop and characteristics of the corresponding courseware product is generally defined in the ID/IQ contract performance-based work statement. g. Provide suggestions and/or recommendation to streamline the ordering process. h. Please provide any other applicable comments or recommendations not addressed in the foregoing. Responders are advised that the U.S. Government will not reimburse any contractor for any information or administrative costs incurred in the response to this RFI: all costs associated with responding to this RFI will be borne solely by the interested party. Not responding to this RFI does not preclude participation in any future RFP or other solicitation, if any is issued. This is a market survey, not a pre-solicitation notice. There is no formal solicitation available at this time. No award will be made as a result of this market survey. If a formal solicitation is generated at a later date, a solicitation notice will be published. All product information and samples if submitted shall be at no cost or obligation to the Government. The Government reserves the right to reject, in whole or in part, any private sector input as a result of this market survey. Response Information Format: Preferred method of submission is hardcopy, but email submissions are acceptable. Please use Microsoft Office 97-2003 compatible (.xls,.doc or.ppt) or Adobe Acrobat 9 Pro (.pdf) formats. Classified material will not be accepted. Material samples will not be accepted. Information papers may be submitted in a white paper format. Limit responses to 30 pages, excluding graphs/charts, or pictures. Capability statement packages must be submitted as either hard copy or email to the point of contact for this action Mr. H. David Carter, Contract Specialist, U.S. Army PEO STRI Acquisition Center/KOP, 12350 Research Parkway, Orlando, FL 32826 e-mail: harrison.d.carter@us.army.mil and be received not later than 2:00pm (EST), Thursday, 7 March 2013. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/STRICOM/W900KK/W900KK12CONJCSSCBIDII/listing.html)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Zip Code: 32826-3276
- Record
- SN02997524-W 20130301/130227234753-7ac210b93a353c7ce79e3808cb431f97 (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 |