SOURCES SOUGHT
A -- C4ISR Systems Prototyping, Integration & Testing Support (PIT)
- Notice Date
- 7/6/2015
- Notice Type
- Sources Sought
- 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
- W56KGU15R0039
- Response Due
- 8/4/2015
- Archive Date
- 9/4/2015
- Point of Contact
- Nina Bushnell, 443-861-4650
- E-Mail Address
-
ACC-APG - Aberdeen Division A
(nina.m.bushnell.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 (ACC-APG), 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 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. Capability packages must be submitted by Close of Business (COB) 4 August 2015. NAICS Code 541330 Engineering Services with exception for Military and Aerospace Equipment and Military Weapons will be used for this sources sought. 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 in the PWS. Capability packages must not exceed 10 pages and must be submitted electronically. All questions must be submitted no later than 3:00 PM (EST) 15 July 2015. All capability statements will be reviewed for capabilities and relevant past experience in the areas of: Quality Control Phase In/Phase Out period Security Engineering Support CAD/CAM Design / 3D Modeling / Drafting Support Prototype Technology Research and Development Rapid Prototyping and Technology Insertion Fabrication Support Systems Integration Support Warehouse and Inventory Management Material Purchasing System (including evidence of an established fully functioning web based system) Integrated Logistics Support Test and Evaluation Support Quality Management / Assurance Support Project, Administrative and Operations Support Laboratory / Facility Operations and Maintenance CONUS and OCONUS travel support. Travel time is estimated to be up to 15% of the yearly estimated hours in the PWS Workload Data in Technical Exhibit 2. Capability to meet the workload and labor category requirements Specific requirements are provided within the attached draft Performance Work Statement. 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 in the PWS? (4) Security Requirements-Does your facility have a clearance at the SECRET level with safeguarding capability at the SECRET level? Please see 1.5.5 Security Requirements of the attached PWS for full security requirements. Does your firm have the ability to be responsible for safeguarding all Government equipment, information and property provided for Contractor use? Please see 1.5.5.1 Physical Security of the PWS for full Physical Security requirements. To assist us in maintaining a list 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. Myong Parker 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 be required to maintain a current secret clearance during performance of the contract. 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. Myong Parker, at 443-861-4650 or myong.h.parker.civ@mail.mil or Ms. Nina Bushnell, at 443-861-4649 or nina.m.bushnell.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/29b31317ac243189d76ae9f896ca2838)
- Place of Performance
- Address: ACC-APG - Aberdeen Division A 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03786256-W 20150708/150706234524-29b31317ac243189d76ae9f896ca2838 (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 |