SOURCES SOUGHT
R -- SOURCES SOUGHT REQUEST FOR INFORMATION
- Notice Date
- 12/5/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - White Sands Missile Range, 143 Crozier Street, 2nd Floor, White Sands Missile Range, New Mexico, 88002-5201, United States
- ZIP Code
- 88002-5201
- Solicitation Number
- W9124Q-07-C-0504-18MONTHS
- Archive Date
- 1/4/2017
- Point of Contact
- Peter L. Hopkins, Phone: 5756782850
- E-Mail Address
-
peter.l.hopkins.civ@mail.mil
(peter.l.hopkins.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The US Government currently intends to extend an existing contract on a sole source basis to TRAX International, LLC, 8337 West Sunset Rd, Ste. 250, Las Vegas, NV 89113-2200, for the Mission Support Services (MSS) contract at White Sands Missile Range (WSMR), New Mexico. The proposed contract action will extend the performance period of Contract W9124Q-07-C-0504 by eighteen (18) months under the provisions of FAR Clause 52.217-9 Option to Extend the Terms of the Contract and statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The estimated dollar value of this action is $112M for the period of performance of 1 June 2017 through 30 November 2018. Accordingly, in order to exercise the clause and extend services for an additional eighteen (18) months, the contract action must fall within the ambit of a proper sole-source contract action under FAR Part 6.3. The proposed eighteen (18) months extension for Contract W9124Q-07-C-0504 under the provisions of statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, will be on a sole source basis to TRAX International, LLC, 8337 West Sunset Rd, Ste. 250, Las Vegas, NV 89113-2200, for the Mission Support Services (MSS) contract at White Sands Missile Range (WSMR), New Mexico. The proposed 18 month sole source extension under contract W9124Q-07-C-0504, is for the Army Test & Evaluation Command (ATEC) to provide engineering and technical services to support operation and developmental testing for Department of Defense (DoD) program offices at White Sands Missile Range (WSMR) and on occasion, at various US and overseas locations. These services consist of augmentation of the Government workforce across the functional areas of WSMR capabilities. Support ranges from operating and maintaining range instrumentation (radar, optics, telemetry, timing...), evaluation of systems under test, development and modernization of range instrumentation systems, flight safety analysis and software engineering. The US Government does not have ample time to solicit, compete, evaluate and commence performance on the follow-on requirement without a significant break in service. It is anticipated that this process will take an additional 18 months past 31 May 2017, the expiration date of the current contract. The US Government has anticipated three courses of action to address this gap in services as identified below: COA 1: Compete an 18 month bridge contract. The Government anticipates that there will be significant resources that will need to be expended by both the Government and all offerors in order to execute a competitive short-term bridge contract. Going with a shorter term will not alleviate any of the required documents and reviews that occur on a contract of this estimated cost and technical magnitude. In addition, there will be significant continuity of operations costs (workforce changeover, GFP transfer, long lead items...) that will jeopardize mission testing and readiness. COA 2: Use in-house personnel/expertise. The Government does not possess the number of resident personnel with the breath of expertise required to provide the required work products in house. There would be significant impact to mission testing. COA 3:. Extend the current contract by 18 months on a non-competitive basis. This will allow sufficient time to solicit, evaluate and award the competitive follow-on contract without a break in service. This is the only approach that will have the least impact to Government and contractor resources while maintaining continuity of services and operational costs. The Government is seeking industry input into the feasibility of competing this short-term requirement on a competitive basis. All interested businesses (large and small) are highly encouraged to respond to this sources sought synopsis. In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support any set-aside decisions. In response to this sources sought, please provide: 1. Identify any condition or action that may have an effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 3. Identify whether your firm is interested in competing for this 18 month requirement as a prime contractor or of your interest in the follow-on competitive action. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. If interested in competing on this 18 month requirement, discuss how competition can be obtained without a break in service (31MAY17) and innovative solutions that will mitigate any impact to continuity of services, operational testing or increased costs. Any solutions must demonstrate how full performance can be obtained by 1JUN17. 4. Provide a capability statement with information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Provide information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the US Government to contract for any supply or service. Further, the US Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The US Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The NAICS code IS 541330, Engineering Services.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4e964fe7713d20be7cad01a0aebc1240)
- Place of Performance
- Address: 143 Crozier Street, 2nd Floor, White Sands Missile Range, New Mexico 88002-5201, United States, White Sands Missile Range, New Mexico, 88002-5201, United States
- Zip Code: 88002-5201
- Zip Code: 88002-5201
- Record
- SN04342446-W 20161207/161205234059-4e964fe7713d20be7cad01a0aebc1240 (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 |