Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2015 FBO #4815
MODIFICATION

A -- C4ISR Systems Prototyping, Integration & Testing Support (PIT)

Notice Date
1/28/2015
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Aberdeen Division A, 6001 COMBAT DRIVE, Aberdeen Proving Ground, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGU15R0019
 
Response Due
2/5/2015
 
Archive Date
3/29/2015
 
Point of Contact
Renee Gardner, 443-861-4649
 
E-Mail Address
ACC-APG - Aberdeen Division A
(renee.m.gardner6.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This sources sought announcement is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this sources sought announcement. The US Army Contracting Command-Aberdeen Proving Grounds, Aberdeen, Maryland on behalf of, the Prototyping, Integration and Testing Division (PI&TD) of the Command, Power and Integration Directorate (CP&ID), U.S. Army Communications-Electronics Research Development and Engineering Center (CERDEC), within the U.S. Army Research, Development and Engineering Command (RDECOM) intends to procure a non-personnel prototyping, integration, and testing support services contract using small business set-aside procedures in accordance with FAR Part 19 or under full and open competitive procedures. If at least two small business concerns are determined by the Government to be capable of performing this requirement based on the evaluation of the capability packages submitted by Close of Business (COB) 05 February 2015, the requirement will be solicited as a 100% set-aside for small business concerns in accordance with FAR Part 19. If capability packages are not received from at least two responsible small business concerns in accordance with FAR Part 19 by the response date or if the Government determines that no small business concerns in accordance with FAR Part 19 are capable of performing this requirement based upon an evaluation of the capability packages submitted; this requirement will be solicited under full and open competitive procedures. Only small businesses are to submit capability packages. Interested small business concerns in NAICS code 541330 with a size standard of $15 million are encouraged to submit their capability packages. The capability packages for this sources sought market survey are not expected to be proposals, but rather statements regarding the company's existing experience in relation to the areas specified below. Capability packages must not exceed 10 pages and must be submitted electronically. All questions must be submitted no later than 1:00 PM (EST) 27 January 2015. Small business concerns are to outline their experiences in the following: Engineering Support CAD/CAM Design / 3D Modeling / Drafting Support Prototype Technology Research and Development Rapid Prototyping and Technology Insertion Fabrication Support Systems Integration Support Logistics Support Test and Evaluation Support Quality Management / Assurance Support Project, Administrative and Operations Support Laboratory / Facility Operations and Maintenance Project Support Areas or tasks where a contractor does not have prior experience should be annotated as such. In addition, the following questions must be answered and elaborated on as part of the package: (1) Financial Capability-Does your firm have the financial capability to withstand a negative cash flow of $15,000,000.00 per month? (2) Past Performance-Does your firm have the relevant past performance within the last three years? (include contract numbers, contract type, dollar value of each procurement, point of contracts, and brief description of the work performed) (3) Corporate Experience-Does your firm have the work experience similar in nature, scope, complexity, and difficulty of work as described above? To assist us in maintaining a list of interested small business concerns for this potential procurement, please provide your company's name, point of contact (POC), address, phone number, and business size under the above NAICS code to Ms. Shanin Johnson for this procurement. A Cost Plus Fixed Fee (CPFF) contract is anticipated. The anticipated Period of Performance (PoP) will be twelve (12) month base period with four (4) twelve (12) month option periods. The place of performance will be Aberdeen Proving Ground, Maryland. Contractor personnel will require a current secret clearance. Responses to this announcement must be submitted by email to the POCs identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POCs are Ms. Shanin Johnson, at 443-861-4647 or shanin.s.johnson.civ@mail.mil or Ms. Renee Gardner, at 443-861-4649 or renee.m.gardner6.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a95a72863a651a24a9044b346cfef43a)
 
Place of Performance
Address: ACC-APG - Aberdeen Division A 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
Zip Code: 21005-1846
 
Record
SN03627090-W 20150130/150128235403-a95a72863a651a24a9044b346cfef43a (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.