Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

A -- RTC Directorate and Staff Support - RFI - Word Doc

Notice Date
11/8/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-16-RFI-RDSS
 
Point of Contact
Dominic E. J. Milligan, Phone: 4103062855
 
E-Mail Address
dominic.e.jenkins-milligan.civ@mail.mil
(dominic.e.jenkins-milligan.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Word document for filling REQUEST FOR INFORMATION This is a Request for Information (RFI) only, which, as part of market research, is being issued in accordance with Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. All interested parties should send company descriptive literature electronically, along with responses to the RFI questions and any comments to Mr. Dominic E. J. Milligan, email dominic.e.jenkins-milligan.civ@mail.mil. All responses should be received NLT 29 November 2016. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Purpose: Request for Information - The US Army Redstone Test Center (RTC), a subordinate activity of the US Army Test and Evaluation Command (ATEC), is searching for potential sources that are capable of performing Test Support Services for a future contract. The intent of this RFI is to gauge industry interest, capabilities and relevant experience to provide center-wide directorate and staff support for RTC‘s major test mission areas to include Aviation and Flight testing, Environmental and Component testing, Systems and Subsystems, Climatic, Dynamic, and Propulsion, and Missile and Sensor testing for the warfighter. The responsibilities of this effort relate to Army staff functions, such as; administrative, intelligence and security, environmental and safety, plans and operations, facilities, logistics, communications, information management and resource analysis. The preponderance of work is under the primary North American Industrial Classification System (NAICS) code of 541712. Industry Day: An industry day has not been scheduled at this time. Estimated Dollar Value: Not to exceed $100 Million. Estimated Period of Performance: Up to five years. Place of Contract Performance: There are multiple places of performance which are determined at the delivery/task order level; however, the overwhelming majority of the work will be performed at Redstone Test Center, Alabama or in a travel status from Redstone Test Center. Contract Type: At this time, this requirement is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Cost-Plus-Fixed Fee (CPFF) task orders. Major Support Services: Perform supporting functions related to the Test and Evaluation programs at RTC. The capacity in which the support functions will operate are crucial and essential to RTC and its mission to support the Warfighter, however, these functions are indirect to the Tests being performed. Listed below are the expected major functional areas for which contract support will be required. Interested sources must submit a package demonstrating their relevant experience and ability to provide services in this RFI. 1. Logistics Support - Provide all supervision, labor, travel, incidental materials, and resources necessary to support the handling, issuing and safeguarding the movement of class V items of supply, inventory, accountability, storage, and ammunition automation systems. Logistical support capability areas include, but not limited to: a) Arms, Ammunition, and Explosives (AA&E) b) Maintenance Support c) Property Management d) Unit Supply e) Property Storage f) Inventory Management 2. Information Management - Provide all supervision, labor, travel, incidental materials, and resources necessary to support RTC in areas of information management. Support capabilities include, but not limited to: a) Help desk and software development b) Data Analysis c) System Analysis d) Desktop Data Acquisition e) Data Reduction f) Computer and Server Support g) Test Network Support h) Software Application Lifecycle Management i) Programming Analysis j) Network Security Operations k) Information Assurance 3. Common Support Services -Provide labor, equipment, materials, transportation, and incidental support capability required for common support to staff sections of the test center. Support capabilities include, but not limited to: a) Document Review and Observations b) Center Level Documentation and Staff Support c) Graphics and Presentation Support d) Program Reviews e) Administrative Support f) Resource Management g) Human Resources h) Security 4. Operations Support- Provide all supervision, labor, travel, incidental materials, and resources necessary to support the planning, execution, analysis and reporting of test and evaluation on military and non-military systems, subsystems, and components. Support capabilities include, but not limited to: a) Test Operations Support b) Training Support c) Strategic Communication d) Staff Support 5. Environmental & Safety Support - Provide all supervision, labor, travel, incidental materials, and resources necessary to support the areas of environmental and safety for all applicable test ranges and facilities. Maintain a working knowledge of, and compliance with, all applicable Federal, State, and Local regulations. Support capabilities include, but not limited to: a) Environmental Compliance b) Operations Safety Support c) System Safety Support d) Explosive Safety e) Regulatory Compliance (US Army, Aviation and Missile Command, ATEC, OSHA) f) Hazardous identification and mitigation Request for Information: Please respond to the following in Times New Roman font size 12 in no more than 10 pages in length. 1. Please provide the following Point of Contact Information: Company Name: Cage Code: Address: Point of Contact: Phone Number: Fax Number: Email Address: 2. Contractors working on Army system development programs may not participate in ATEC support contracts for operational testing and evaluation. In order to address OCI issues early in the acquisition process, please respond to the following: a. Describe the process used to complete an enterprise review across all business and affiliates to identify any governmental developmental work performed as either a prime or subcontractor. b. If there are any potential or actual OCIs in your company, you will be required to submit a full and comprehensive OCI mitigation plan when you respond to the request for proposal. At this time, briefly discuss your OCI mitigation plan which should address each actual or potential OCI. 3. Please identify your company's size standard per the primary NAICS code of 541712. The Small Business Size Standard for this NAICS code is 1000 employees. For more information on small business, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business: Small Business (SB): 8(a): Small Disadvantaged Business (DB): Woman-Owned Small Business: Historically Underutilized Business Zone (HUBZone): Veteran-Owned Small Business: Service-Disable Veteran-Owned Small Business: 4. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question 3, then is your company intending to submit a proposal as a prime contractor? 5. Is your company capable of performing at least 50% (percent) of the work? If so, please explain how your company will perform the work. 6. Is your company prepared to assume financial liability for damages to government equipment and property incurred as a result of your performance of work under this contract? Please explain. 7. Does your company possess the capabilities to provide the entire range of services discussed in this RFI? If NO, please provide specific capabilities that you intend to provide? 8. As it relates to the major functional areas listed above, please provide the following information for up to 3 recent (within the past 3-5 years) examples of similar work that your company has performed. The examples provided should clearly demonstrate understanding and experience of all major functional areas and sub functional areas: a) Contract number(s). b) Aggregate dollar value of entire contract. c) Aggregate dollar value of task orders you prime on each Multiple Award Contract (MAC). d) Number of task orders you prime on MAC. e) Describe how this work was similar in scope? 9. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 11. Does your company have or is it capable of obtaining a TOP SECRET facility clearance? 12. Is your company able to provide employees who are US citizens and capable of obtaining at least a SECRET clearance? 13. Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCAA) accounting system prior to contract award? As it relates to your company's purchasing system, please demonstrate your company's ability to meet and address the 40 DCMA and 24 DFARS system criteria. (DFARS 252.244-7001) 14. Please provide additional information that you believe we should know about your company in support of this RFI. 15. As experts in your field, please provide additional comments to assist the government in this fact finding.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fe9317915f61b012fdff5c50621a9ccb)
 
Place of Performance
Address: Redstone Test Center, Huntsville, Alabama, United States
 
Record
SN04322870-W 20161110/161108234326-fe9317915f61b012fdff5c50621a9ccb (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.