Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2015 FBO #4866
MODIFICATION

A -- Sources Sought for W911NF-14-R-0003

Notice Date
3/20/2015
 
Notice Type
Modification/Amendment
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-APG - RTP, ATTN: CCAP-SCR, Research Triangle Park Contracting Division, P.O. Box 12211, Research Triangle Park, NC 27709-2211
 
ZIP Code
27709-2211
 
Solicitation Number
W911NF-14-R-0003
 
Response Due
12/31/2015
 
Archive Date
1/30/2016
 
Point of Contact
Emily Hobbs, 919 541-9475
 
E-Mail Address
ACC-APG - RTP
(emily.s.hobbs.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Update 20 March 2015 The draft RFP for AEWD requirement is hereby provided. The final RFP number for the AEWD requirement is W911NF-15-R-0004. The Presolicitation notice was posted on www.fbo.gov on 19 March 2015. Update February 18 2015 Questions and Answers relating to Draft Request for Proposal (DRFP) W911NF-14-R-0003 posted to www.FBO.gov on 26 February 2014 are hereby provided to all interested parties. The FY 15 RFP number for the AEWD requirement is W911NF-15-R-0004. quote mark THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A SOLICITATION NOR REQUEST FOR PROPOSAL AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. NO BASIS FOR CLAIMS SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT NOTICE OR THE USE OF SUCH INFORMATION AS EITHER PART OF THE EVALUATION PROCESS OR IN DEVELOPING SPECIFICATIONS FOR ANY SUBSEQUENT REQUIREMENT.THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AND NO REQUESTS FOR EXTENSIONS WILL BE GRANTED. Army Contracting Command - Aberdeen Proving Ground - Research Triangle Park Division (ACC-APG-RTP) is conducting market research to determine the extent of sources capable of performing as a prime contractor under a Multiple Award Indefinite Delivery/Indefinite Quantity (MAC IDIQ) Contract. The Government may use responses from this sources sought to make an acquisition decision about soliciting a requirement. The purpose of this sources sought notice is to determine industry interest, capability, and relevant experience of potential qualified businesses relative to conducting studies, technical investigations, research, development, experimentation, limited quantity delivery and in-theatre field logistics support for appropriate end-items or systems. The contractor must be able to rapidly and effectively recognize and characterize operational deficiencies and needs, and be able to work with operational users and technologists to define and deploy acceptable and achievable solutions. The contractor should have the capacity to conduct necessary activities to apply advanced and emerging technologies to the following specific areas of interest: Mission Area Support - such as technology transition for advanced research and development; countering adaptable threats; irregular warfare support; expeditionary and special operations support; deployable force protection. Technical Area Support - such as electronic/electro-optic equipment; software design, development and integration; mechanical components and systems; materials development, integration, and employment; systems integration and human systems interfacing. Organizational Capabilities - such as maintaining a process for developing, planning, managing and oversight of the overall effort; conducting assessments, field evaluations, field trials, and other appraisals of equipment and systems; understanding of issues and environments impacting expeditionary forces, intelligence operations, special operations, countering asymmetric threats, irregular warfare, and unconventional warfare applications. In addition to addressing technical capabilities, responses should include the following: 1) Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HubZone). Large businesses are permitted to respond to this sources sought notice. 2) Average annual revenue for the past 3 years and number of employees. 3) Number of years in business. 4) Affiliate information. 5) Parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors(if potential prime). 6) Prior/current experience performing efforts of similar size and scope within the last six years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. 7) Do you have any thoughts or concerns about reserving this requirement for small businesses? 8) If you are a small business and are awarded a contract, will you be in compliance FAR 52.219-14 Limitations on Subcontracting? 9) If you are a small business, can you go without payment for 90 days? Please explain how you will fund the employment of qualified and the appropriate number of staff without payment to meet the PWS requirements in the first 90 days. 10) Does your company currently have or will have a TOP SECRET facility clearance? Please explain where, how certified, and with which agency and applicable contract number. 11) How do you intent to be in compliance with FAR 52.215-22 and FAR 52.215-23? 12) Primary risk areas and/or potential issues associated with an acquisition of this type. How do you propose to mitigate any risk(s)? 13) Please discuss approaches to completion and management of workload surge (i.e. numerous projects at different locations). 14) Provide a point of contact (address, phone number and e-mail address). 15) Although this is a sources sought notice are you interested in submitting a proposal for this requirement if a solicitation is issued? Respondents are encouraged to carefully review the information requested above and ensure a complete response for thorough consideration. Respondents shall note that the Government will not return any information submitted in response to this notice. The page count limitation for responses to this sources sought announcement is 3 pages single spaced utilizing Arial 12 point font. The following shall be included in the page count: a. Graphics b. Tables c. Drawing d. Indexes e. Bill of Materials f. Technical and cost proposals The following documents will NOT be counted in the page limits. a. List of acronyms b. Title page c. Table of contents Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up if determined necessary. A Business Opportunity Day (BOD) for this requirement is anticipated to be held in mid Feb 2014. Additional information regarding the BOD shall be posted on the FBO website. Please e-mail your responses and any relevant information regarding specific performance or other qualifications regarding the services requested no later than 1600 hours Friday, December 06, 2013 to usarmy.rtp.aro.mbx.arl-um-arl4@mail.mil. THE EMAIL SHOULD BE ENTITLED quote mark SOURCES SOUGHT RESPONSE-YOUR FIRM NAME quote mark.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3005677f7b2bbd4bfe1ccf1b9181296a)
 
Record
SN03674239-W 20150322/150320234452-3005677f7b2bbd4bfe1ccf1b9181296a (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.