SOURCES SOUGHT
R -- Tropics Test Support Services - Draft PWS
- Notice Date
- 3/15/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Yuma Proving Ground, ATTN: CCMI-CHD-YP, Bldg 2364, 301 C Street, Yuma, Arizona, 85365-9498, United States
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124RTTSS16
- Archive Date
- 4/7/2016
- Point of Contact
- Edgar Angulo, Phone: 928-328-6172
- E-Mail Address
-
edgar.angulo.civ@mail.mil
(edgar.angulo.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- TTSS Draft PWS Sources Sought The Mission and Installation Contracting Command - Yuma Proving Ground (MICC-YPG) located at the U.S. Army Yuma Proving Ground (USAYPG) in Yuma, Arizona is conducting an industry survey to locate interested sources with the ability to provide continued technical, operational, administrative, and logistical support to the Tropics Region Test Center (TRTC) mission of the USAYPG. The TRTC is headquartered at USAYPG and manages testing activities at a variety of sites, among them: the Republic of Panama, Hawaii, Australia, Guam, Honduras, and Suriname. A draft Performance Work Statement (PWS) has been provided for industry review and comment to assist in the development of a performance-based PWS and is subject to change. Responses to this Request for Information - Sources Sought are not considered offers and cannot be accepted by the Government to form a binding contract. This Request for Information (RFI) is for market research purposes only and shall not be construed as a solicitation or an obligation on the part of the Government. Respondents should not submit any proprietary information when responding to this RFI. The Government will not return any information submitted in response to this RFI. Respondents must submit capability statements that clearly define the firm's ability to perform the work stated in this RFI and draft PWS. THIS RFI IS NOT A REQUEST FOR PROPOSAL. This RFI is a market research tool in accordance with Federal Acquisition Regulation (FAR) Part 10 and Defense Federal Acquisition Regulation Supplement Part 210. It will be used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a Request for Proposal. Additionally it is a tool to obtain feedback on the requirement as detailed in the draft PWS. The North American Industry Classification System (NAICS) code contemplated for this requirement is 541330 with a size standard of $15.0M. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. Information Sought: 1. Identify if your organization has the ability to perform some or all of the requirements described in the PWS. Does your company regularly engage in the business of providing the management and operation of the functions listed in the draft PWS? Identify similar functions your company is performing or has performed within the last three years that are similar to the functions identified in Section 5 of the draft PWS. Identify contract type and dollar value. 2. Identify all socio-economic categories (e.g. small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business and women-owned small business) that apply to your company under NAICS code 541330 with a size standard of $15 Million. 3. What contract type(s) would your organization recommend for the contemplated services described within the PWS (i.e. Cost-Plus-Fixed-Fee, Firm-Fixed-Price, Time and Materials, Labor Hour, etc)? 4. What NAICS code would you recommend for the contemplated services described within the PWS? 5. Identify if subcontracting opportunities exist for the contemplated services. 6. Identify if any possible teaming arrangements exist. 7. An important performance requirement is the capability to operate with the Republic of Panama, Suriname, and Honduras. How does your organization plan to meet this requirement? Please provide specifics. 8. Identify any potential organization Conflicts of Interest (OCI). Provide a brief outline describing how your organization could avoid actual or perceived OCI (see FAR Subpart 9.5). 9. Identify any laws and regulations that may be unique to the contemplated services. 10. What risks (i.e., cost, schedule, performance/technical, etc.) are associated with an organization performing both within the United States and in oversea locations? How would your organization minimize the risks? Please include your rationale. 11. Please identify if your organization has the ability to obtain and maintain a minimum security clearance of Secret. 12. Address impact/concern/benefits to both government and contractor on a five-year contract (base plus four one-year options). Will the potential length of performance (either three-year or five-year) affect your company's determination whether or not to propose on this effort? 13. Would a 30-day or 60-day phase-in be more appropriate for this requirement? Would a shorter phase-in of 30 days create more risk for successful transition between contractors? 14. Identify any experience and knowledge your company has of foreign labor laws, specifically in the U.S. Southern Command Area of Responsibility? 15. What experience does your company have in obtaining U.S. Southern Command Area of Responsibility Theater Clearance Approval? Interested sources should also provide any comments or questions on the draft PWS. The information obtained from this RFI will be used as market research and in the development of the Acquisition Strategy for this requirement. The capability statement package shall be emailed to Mr. Edgar Angulo, Contract Specialist, at edgar.angulo.civ@mail.mil Interested sources shall provide all feedback in writing no later than 12:00 p.m. (noon) Mountain Standard Time, on March 23, 2016. Questions or comments regarding this notice may be addressed to Edgar Angulo at 928-328-6172 or via email to edgar.angulo.civ@mail.mil All responses must include the following information: Company Name and Address; Company Business Size; and point of contact name, phone number, and e-mail address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/afd746827e6eff7a1202a01a73e4b721)
- Place of Performance
- Address: MICC - Yuma Proving Ground, 301 C Street BLDG 2364, Yuma, Arizona, 85365, United States
- Zip Code: 85365
- Zip Code: 85365
- Record
- SN04051338-W 20160317/160315235823-afd746827e6eff7a1202a01a73e4b721 (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 |