SOURCES SOUGHT
A -- Military Infrastructure and Technology Research and Development Support
- Notice Date
- 12/16/2014
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- USACE CERL, Champaign, P O Box 9005, Champaign, IL 61826-9005
- ZIP Code
- 61826-9005
- Solicitation Number
- W9132T-15-S-0001
- Response Due
- 12/31/2014
- Archive Date
- 2/14/2015
- Point of Contact
- Rita Brooks, (217)373-7280
- E-Mail Address
-
USACE CERL, Champaign
(rita.s.brooks@usace.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Sources Sought Synopsis announcement, for market survey information only, to be used for preliminary acquisition planning purposes. No proposals are being requested and none will be accepted in response to this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS. The U.S. Army Corps of Engineers, Engineering Research and Development Center, Construction Engineering Research Laboratory will solicit and award a Single Award Task Order Contract (SATOC) for Military Infrastructure and Technology Research and Development (R&D) Support. The Government proposes to issue an Indefinite Delivery Indefinite Quantity (IDIQ) contract for this requirement with task orders to be issued on a firm fixed price basis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The purpose of this Market Research and Sources Sought Notice is to determine if there are 8(a) contractors available and capable of performing this research and development type contract. The purpose of this proposed contract is to conduct research, analysis, development of automated tools and processes, technology development and assessment, data collection, and literature searches related to military infrastructure and environmental engineering, chemical and biological science support activities, and socio-cultural considerations for military operations. Typical work may include but is not limited to: conduct and participate in military facility and infrastructure technology assessment and analysis; develop contingency military infrastructure analysis, master planning, design, and operations tools and training; conduct systems engineering, programming, and numerical modeling to develop support and analysis tools for military engineering operations; perform research to develop or demonstrate environmental engineering technologies or processes in support of military operations; perform research to develop chemical and biological based technologies, tools and processes to support military infrastructure and operations; and perform research and studies in socio-cultural areas related to military operations and contingency basing facilities. Task Orders will be negotiated to obtain a fair and reasonable price. Task Orders may range from $20,000 to $1 million. The total contract capacity will not exceed $4 million, and the ordering period for the contract will not exceed a period of five (5) years, with a base year and four (4) option years. The North American Industrial Classification System (NAICS) Code applicable to this acquisition is 541712, with some work in the 541711 category as well. The Small Business Size Standard for this acquisition is 500 employees. Responses to this synopsis shall be limited to 5 letter-sized pages and shall include the following information: 1) Firm's name, address, point of contact, phone number, and e-mail address, along with the Commercial and Government Entity (CAGE) code; 2) Confirmation of the firm's enrollment in the 8(a) Program; and 3) Firm's capability to perform a contract of this magnitude and complexity (include firm's in-house capability to execute research and development comparable work performed within the past 5 years, brief description of the project, customer name, timeliness of performance, customer satisfaction, percentage of completion, and dollar value of the project). Provide at least three examples. Interested offerors shall respond to the Sources Sought Synopsis no later than December 31, 2014 at 2:00 PM (CST). All interested contractors must be registered in the System for Award Management (SAM) to be eligible for award of Government contracts. Mail or e-mail your response to Rita Brooks, Contract Specialist, ERDC-CERL, PO Box 9005, Champaign, IL 61826-9005. E-mail address: Rita.S.Brooks@usace.army.mil. Email is the preferred method of delivery for responses to this synopsis, however, the vendor is responsible for ensuring receipt in a timely manner. Contracting Office Address: ERDC-CERL, PO Box 9005, Champaign, IL 61826-9005 Place of Performance: Not specified. Point of Contact(s): Rita Brooks, (217) 373-7280
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/330/W9132T-15-S-0001/listing.html)
- Place of Performance
- Address: USACE CERL, Champaign P O Box 9005, Champaign IL
- Zip Code: 61826-9005
- Zip Code: 61826-9005
- Record
- SN03597412-W 20141218/141216234640-9ad2d75cbf086ef664afc989309e2c8f (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 |