Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOURCES SOUGHT

R -- Sources Sought for professional technical support services for the U.S. Army Materiel Systems Analysis Activity (AMSAA)

Notice Date
2/16/2017
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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-17-AMSAA-RFI
 
Archive Date
4/18/2017
 
Point of Contact
Kimberly A. McCarthy, Phone: 4103060082
 
E-Mail Address
kimberly.a.mccarthy14.civ@mail.mil
(kimberly.a.mccarthy14.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice(SS) /Request for information (RFI) is for planning purposes, and is not to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be made for any costs associated with providing information in response to this SS/RFI or any follow up information request. Respondents will not be notified of the results of the evaluation of the information they provide. No questions will be taken on the SS/RFI. No contract award will be made on the basis of responses received. The information will be used in a market research report assessment of sources capable of providing professional support services in support of AMSAA. No late submissions will be considered in the development of the report. This is a market survey to identify potential sources capable of providing professional technical support services to accomplish a combination of operational, analytical, technical, systems engineering, risk assessments and software experience in Physics of Failure (PoF), Reliability, Availability, Durability, Chemical, Biological, Radiological and Nuclear (CBRN) Defense Systems and Chemical Demilitarization (Chem Demil), Mobility and Geospatial Information, Power and Energy (PE), Intelligence, Surveillance, and Reconnaissance (ISR), Command, Control and Communications (C3), Cybersecurity and Cyberspace Operations and Risk Assessments. DESCRIPTION OF REQUIREMENT AMSAA is working to provide the Army and Joint services with tools and analyses to address critical issues in the modeling, analysis, and evaluation of current and future concepts. AMSAA supports the Army and Joint services by conducting studies, analyses and evaluations to inform acquisition decisions and increase the performance of critical Army systems. The contractor shall provide technical expertise to support for the modeling of various Army systems and platform models, and support in the analyses and assessments that fall within AMSAA's mission. Support of the Army Materiel Systems Analysis Activity (AMSAA) mission will require a wide range of technical expertise services including operational, analytical, technical, systems engineering, and software experience. The objective of the proposed procurement is to obtain support in the areas of - Physics of Failure (PoF), Reliability, Availability, Durability; Chemical, Biological, Radiological and Nuclear (CBRN) Defense Systems and Chemical Demilitarization (Chem Demil); Mobility and Geospatial Information; Power and Energy (PE); Intelligence, Surveillance, and Reconnaissance (ISR); Command, Control and Communications (C3); Cybersecurity and Cyberspace Operations; and Risk Assessments. The Market Survey will allow the Government to plan for an anticipated acquisition. It is anticipated that any acquisition resulting from this Market Survey will have a five year ordering period with firm fixed priced task orders. The anticipated date of award is June 2018. The anticipated ceiling for the effort is $7M. Work will be performed in the AMSAA offices at Aberdeen Proving Ground, MD and additionally on-site at contractor facility if needed. Services are currently being performed by ManTech Advanced Systems International under contract number W91ZLK-15-D-0005. If necessary, the contract may be obtained by filing a Freedom of Information Act (FOIA) request through the FOIA officer, Teresa Ferris, Teresa.m.ferris.civ@mail.mil. RESPONSE INSTRUCTIONS Responses should be emailed to James T. Arters, james.t.arters.civ@mail.mil by the response date listed above. Responses which do not clearly and completely address the below series of questions will be considered as submitted for general informational purposes only, and not considered a demonstration of intent to submit a proposal to any eventual Request for Proposal (RFP). A lack of small business responses to this RFI must be treated as evidence of disinterest/incapability of small businesses to submit a proposal to any eventual RFP. SECURITY: All information provided must be UNCLASSIFIED. It is desirable that data be received with unlimited rights to the Government. However, we recognize that proprietary data may be included with the information provided. If so, clearly mark such proprietary information and clearly separate it from the unrestricted information as an addendum. Respondents will not be notified of the results of the evaluation of the information they provide. INFORMATION REQUESTED Responses must include the information shown below: 1. Business Name: Do you plan on acting as prime or a subcontractor: CAGE Code: Point of Contact (Name, email and phone): Size Status(es) under this RFI's identified size standard (SB, 8a, SDVOSB, etc): 2. The NAICS provided is for the preponderance of work. If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this RFI. 3. It is anticipated that the following support will be required. For EACH area you are required to respond whether your organization has the capability to provide the support. In addition, you are REQUIRED to submit an example of providing similar support AND provide a point of contact where you provided the support to include the email and phone number. If you are unable to provide the support, but could meet the support with a team member or subcontractor, you must provide an example of their providing the support and provide a point of contact where they provided the support to include the email and phone number. ONLY THOSE RESPONDERS THAT ARE CAPAPBLE OF PROVIDING SUPPORT IN ALL AREAS EITHER AS THE PRIME OR WITH TEAMING OR WITH A SUBCONTRACTOR WILL BE CONSIDERED CAPABLE OF PERFORMING THE REQUIREMENT. a) Physics of Failure (PoF), Reliability, Availability, Durability - Assess and improve warfighting system reliability, availability and durability, and identify solutions to underlying failure root causes for warfighting systems. YES or NO If YES: describe example of providing similar support either by you, proposed teaming partner or subcontractor and include the point of point of contact where you provided the support to include the email and phone number. b) Chemical, Biological, Radiological and Nuclear (CBRN) Defense Systems and Chemical Demilitarization (Chem Demil) - Conduct high fidelity CBRN modeling and simulation and methodology research; CBRN test design, systems and data analysis; Analysis of Alternatives (AoA) studies for Joint and Army CBRN organizations; and data analysis and evaluation of Chem Demil facilities and systems. YES or NO If YES: describe example of providing similar support either by you, proposed teaming partner or subcontractor and include the point of point of contact where you provided the support to include the email and phone number. c) Mobility and Geospatial Information - Provide system-level analysis to enhance warfighting systems maneuver capabilities. YES or NO If YES: describe example of providing similar support either by you, proposed teaming partner or subcontractor and include the point of point of contact where you provided the support to include the email and phone number. d) Power and Energy (PE) - Conduct item-level PE analyses, data collection, and data management to support vehicle, expeditionary basing, and Soldier system studies. YES or NO If YES: describe example of providing similar support either by you, proposed teaming partner or subcontractor and include the point of point of contact where you provided the support to include the email and phone number. e) Intelligence, Surveillance, and Reconnaissance (ISR) - Provide system-level performance analysis to enhance the warfighter's ISR systems capabilities. YES or NO If YES: describe example of providing similar support either by you, proposed teaming partner or subcontractor and include the point of point of contact where you provided the support to include the email and phone number. f) Command, Control and Communications (C3) - Conduct M&S and performance analyses of complex warfighting C3 systems. YES or NO If YES: describe example of providing similar support either by you, proposed teaming partner or subcontractor and include the point of point of contact where you provided the support to include the email and phone number. g) Cybersecurity and Cyberspace Operations - Collection and assessment of current and future Electronic Warfare (EW) and Cyberspace Operations (CO) systems performance data to support full spectrum military operations, and conduct systems-level cybersecurity risk assessments for AoAs. YES or NO If YES: describe example of providing similar support either by you, proposed teaming partner or subcontractor and include the point of point of contact where you provided the support to include the email and phone number. h) Risk Assessments - Conduct schedule and technical risk assessments in support of AoAs and other major acquisition studies. YES or NO 4. Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in your response. 5. Does your company possess the capabilities to provide the entire range of services called for in the above Description of Requirement? You are reminded that this acquisition may be considered for a small business set-aside in accordance with Federal Acquisition Regulation (FAR) 19.502. In this case, the small business would only be required to perform at least 50% of the range of the work in accordance with FAR 52.219-14. If you are planning on teaming with other companies to meet this requirement, please list the process used in selecting the members. If you will require subcontract support, please identify the area for which subcontract support would likely be utilized. Reference Question 3 to answer this question. 6. A SECRET security clearance will be required of all contractor personnel at time of proposal. Does your company comply with this requirement? YES or NO PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. Email all responses to: James T. Arters james.t.arters.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3b5a01384fc41b5d91f78a5a3361c551)
 
Place of Performance
Address: Primary Location AMSAA APG, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04405692-W 20170218/170216235022-3b5a01384fc41b5d91f78a5a3361c551 (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  © 1994-2020, Loren Data Corp.