Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 17, 2016 FBO #5473
SOLICITATION NOTICE

R -- Tropics Test Support Services

Notice Date
11/15/2016
 
Notice Type
Presolicitation
 
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
W9124R-17-R-0001
 
Archive Date
12/15/2016
 
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
Mission and Installation Contracting Command - Yuma Proving Ground, AZ. The requirement is for Tropics Test Support Services (TTSS) for the Tropics Region Test Center located at U.S Army Yuma Proving Ground (USAYPG), Yuma AZ with full performance in the Republic of Panama and various other tropical locations Outside the Continental United States (OCONUS) to include, but not limited to, Suriname, Honduras, Hawaii, etc. The contractor will be required to provide non-personal services to include TTSS for the following major task areas: Test and Evaluation, Technical and Engineering Special Services, Logistical Support Services, Administrative Support Services, Operations and Maintenance Services, Test Facilities/Range Management, Fabrication and Repair and Significant Event Reporting. The contractor shall furnish engineering, technical, administrative, maintenance and support service necessary and incidental to performance of the requirement. It is anticipated that the solicitation will be released on or about 30 November 2016 with an estimated closing date of 3 January 2017. Award will be made using Best Value Tradeoff. A Cost Plus Fixed Fee (CPFF) type contract is anticipated. The solicitation and subsequent contract will be awarded for a Phase-In period of 60 days, a ten (10) month base period and four (4) one-year options, with the inclusion of FAR Clause 52.217-8 Option to Extend Services for a period Not To Exceed (NTE) 6 months, for a total potential period of performance of five (5) years, six (6) months. This requirement is being solicited under full and open competition. The North American Industrial Classification System (NAICS) code is 541330, Engineering Services, with a size standard of $38.5M. The acquisition will be conducted in two phases. The first phase is an Advisory Multi-Step Process in accordance with Federal Acquisition Regulation Part 15.202. The second phase begins upon issuance of the solicitation. Offerors shall submit a statement of qualifications demonstrating they are capable of performing the above mentioned task areas. Offerors shall also submit information regarding past experience they have in providing non-personal services in OCONUS locations in the above mentioned task areas. The Army Test and Evaluation Command (ATEC) plans, integrates, and conducts experiments, developmental testing, independent operational testing, and independent evaluations and assessments in order to provide essential information to acquisition decision-makers and commanders. To accomplish this mission, ATEC relies on contractors to provide test and evaluation support services in the areas of instrumentation, modeling and simulation, test support, data collection, data assessment, and range support services. Department of Defense (DoD) Directive 5000.01 defines operational testing and evaluation by requiring that military departments establish independent Operational Test Agencies (OTAs). As an independent OTA, ATEC is required to conduct operational testing and evaluation independent of the system developer, the program management office, and the acquiring organization. Title 10, United States Code (USC) Section 2399(d) also requires that independent operational test and evaluation of Major Defense Acquisition Programs (MDAPs) is conducted independent of system contractor manipulation or influence, unless the system contractor is involved in the actual operation, maintenance, and support of the tested system when deployed in combat. Department of Army Regulation (AR) 73-1 extends this requirement to the independent operational test and evaluation of all programs. USAYPG test executing centers currently conduct about five (5) percent integrated operational/developmental testing on behalf of ATEC. Although operational and developmental testing serve fundamentally different purposes, they are becoming more structured as unified programs that obtain data from many sources and are seamless throughout the acquisition cycle. This approach results in increased opportunities for the use of common support contracts, data collection and instrumentation for operational and developmental testing, resulting in greater efficiencies and lower costs. However, it also increases the risk of a statutory Organizational Conflicts of Interest (OCI) in a combined developmental/operational environment. It is therefore imperative that ATEC test and evaluation mission support contracts remain OCI-free. Potential offerors and each of its planned subcontractors shall submit information that allows the Government to advise the offeror about the potential to be viable competitors. This information shall include a statement of qualifications and experience submission as described above. In addition, offerors and each of its planned subcontractors must describe any work performed on Government contracts that would create a potential or actual OCI, and rationale, with supporting information, why the cited development work does not create an OCI. OCI submissions shall include details of the offeror and planned subcontractors, involvement in any DoD system development or support of a system development contractor as either a "Prime" or a "Sub." Submissions shall be limited to no more than 40 pages and must be received by November 28th, 3:00 PM MST. Submissions can be submitted via email to the point of contact identified. Offerors may direct any questions to the point of contact identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4f09b5bca1a6405869f3566a5f101bdd)
 
Record
SN04327812-W 20161117/161115234049-4f09b5bca1a6405869f3566a5f101bdd (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.