Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 23, 2014 FBO #4502
SOURCES SOUGHT

A -- Integrated Design, Test & Evaluation (IDT&E) Services - DRAFT SOW

Notice Date
3/21/2014
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Contracting Office, USCG Research and Development Center, 1 Chelsea Street, New London, Connecticut, 06320-5506, United States
 
ZIP Code
06320-5506
 
Solicitation Number
HSCG32-14-I-R00009
 
Point of Contact
Richard J. Pecoraro, Phone: 8602712837, Helen B Nelson, Phone: 860-441-2843
 
E-Mail Address
richard.j.pecoraro@uscg.mil, helen.r.nelson@uscg.mil
(richard.j.pecoraro@uscg.mil, helen.r.nelson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT Statement of Work MARKET RESEARCH Sources Sought HSCG32-14-I-R00009 Integrated Design, Test and Evaluation (IDT&E) Services THIS IS A SOURCES SOUGHT NOTICE FOR THE UNITED STATES COAST GUARD (USCG) RESEARCH AND DEVELOPMENT CENTER (RDC) IN NEW LONDON, CT. This Sources Sought Notice is part of a market research effort to assess industry capabilities and potential sources capable of providing the services described in Attachment 1, Draft Statement of Work (SOW) for Integrated Design, Test & Evaluation Services. This procurement is follow-on to Contract Number HSCG32-10-D-R000021 which was solicited using full & open competition. The incumbent contractor is Science Applications International Corporation (SAIC). The results of this sources sought notice will be used to help determine if a small business set-aside opportunity exists and to help determine the best methods of acquisition. The anticipated Period of Performance will be 5 years from the date of award. An Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with Cost-Plus-Fixed-Fee (CPFF) provisions is anticipated. The estimated 5-year level of effort in terms of total hours is 150,000. It is requested that interested businesses respond with a brief capabilities statement, (5 pages), single spaced, 12 point font minimum, demonstrating their ability to perform the services listed in the attached Draft SOW. The capabilities statement must address, at a minimum, the following: Section 1: Introduction. Identify the Sources Sought Number and Title Section 2: Corporate Description • Name of Company and address. • Confirmation of Company size status under NAICS Code 541712. • Small Business Classification, including whether: Small, Small Disadvantaged (SDB), 8(a), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone), or Service Disabled Veteran-Owned Business (SDVOB). • Two points of contact, including Name, title, phone, and e-mail address. • CAGE Code and DUNS Number. Section 3: Past/Current Performance. Provide One (1) example of prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as a prime or subcontractor, contract values, Government point of contact with current telephone number, and a brief description of how the referenced contract relates to the services described in the Draft SOW. Section 4: Technical Response. Provide a detailed technical response that addresses the tasks identified in the Draft SOW. Information should include: • Contractor's personnel and facility clearance levels (Some task orders may require access to and handling of classified information and material including TOP SECRET/SENSITIVE COMPARTMENTED INFORMATION (TS/SCI), SECRET (S), Confidential (C) and sensitive information including FOR OFFICIAL USE ONLY/SENSITIVE SECURITY INFORMATION (FOUO/SSI) classifications. • Statement regarding capability to obtain the required industrial security clearances for personnel. • The contractor's ability to manage, as a prime contractor, the types and magnitude of tasking in the Draft SOW. • A description of the Contractors Quality Control Program that will be used to ensure products and services meet technical requirements and are delivered in a timely manner. • The Contractor's capacity or potential approach to achieving the capacity or ability to execute the requirements of the Draft SOW. This response should include a discussion of resources available such as corporate management and currently employed personnel to be assigned to tasks under this effort to include professional qualifications, specific experience of such personnel, and the ability to have personnel located at the locations specified. Any known or anticipated subcontracting should also be addressed. • Contractor's ability to begin performance upon contract award. • A statement that the contractor either has or does not have an approved accounting system, as required in Federal Acquisition Regulation (FAR) 16.301(a)(3) for cost-reimbursement contracts. Attachment (1) DRAFT Statement of Work (SOW) The North American Industry Classification System (NAICS) Code for this potential contract is 541712, with a small business size standard of 500 employees. In addition to providing your capability statement, industry is invited to comment and /or provide recommendations on the Draft SOW. Please note that the USCG will not be responding to individual comments received, but will consider all comments received prior to issuance of a final SOW with any resulting solicitation. Please provide these comments in a separate attachment Not To Exceed 2 pages. Work under this contract may provide the Contractor with access to information that is not generally available to the general public, other persons or firms. In order to prevent potential bias, unfair competitive advantage, or other potential conflicts of interest, the Contractor shall be subject to restrictions in accordance with FAR 9.505. This Source Sought Notice is for information and planning purposes only. This notice does not constitute a solicitation. It is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. In accordance with FAR 15.201(e), responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Respondents will not be notified of the results of the evaluation with regards to capability statements received. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted at the FedBizOpps website. It is the potential offeror's responsibility to monitor the FedBizOpps website for the release of any synopsis or solicitation that may result from this market research. Information collected through this announcement will be reviewed by individuals from the USCG. Capability statements shall be limited to no more than five (5) pages and sent directly to: Helen.R.Nelson@uscg.mil with a copy to Evan.D.Gross@uscg.mil. Only electronic responses will be accepted and shall be submitted no later than 14 April 2014. EXTENSIONS WILL NOT BE GRANTED. Questions on this notice may be submitted to the Contract Specialist, Mr. Richard J. Pecoraro at richard.j.pecoraro@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGRDC/HSCG32-14-I-R00009/listing.html)
 
Place of Performance
Address: Contractor's Facilities and various Government field sites, United States
 
Record
SN03317569-W 20140323/140321235554-e4391d7d4fb4e0546426d0abd6a8513e (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.