Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 04, 2017 FBO #5641
SOURCES SOUGHT

B -- Analytic and Engineering Mission Support Services - Draft PWS

Notice Date
5/2/2017
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 761st Tank Battalion Ave., Room W103, Fort Hood, Texas, 76544-5025, United States
 
ZIP Code
76544-5025
 
Solicitation Number
W91151-17-R-AMESS
 
Archive Date
5/17/2017
 
Point of Contact
Rovella Beasley, , Helen L. Thomas,
 
E-Mail Address
rovella.m.beasley.civ@mail.mil, helen.l.thomas.civ@mail.mil
(rovella.m.beasley.civ@mail.mil, helen.l.thomas.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
The contractor shall provide non-personal services required to provide labor, management, supervision, supplies, materials, equipment, training, and tools, in support TRAC-WSMR missions as they relate to performing modeling and simulations, scenarios, wargaming, exercises and experimentations, physical security, technical reports, access control, as well as analysis and engineering mission support. SOURCES SOUGHT SYNOPSIS THIS IS A Sources Sought Notice ONLY. The U.S. Government currently intends to award a contract for Analytic and Engineering Mission Support Services (AMESS) for US Army TRADOC Analysis Center - White Sands Missile Range (TRAC-WSMR), White Sands Missile Range, New Mexico on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the U.S. Government highly encourages all interested businesses (large and small) 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 a set-aside. The proposed sole source, Firm Fixed Price (FFP)/Indefinite Delivery Indefinite Quantity (IDIQ) contract to ALATEC, INC is for non-personal services required to provide labor, management, supervision, supplies, materials, equipment, training, and tools, in support TRAC-WSMR missions. These missions relate to performing modeling and simulations, scenarios, wargaming, exercises and experimentations, physical security, technical reports, access control, as well as analysis and engineering mission support. The statutory authority for the sole source procurement is 10 United States Code 2304(c)(1) as implemented in Federal Acquisition Regulation 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Attached is the draft Performance Work Statement (PWS). 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 U.S. Government to contract for any supply or service. Further, the U.S. 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 U.S. 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 Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement. The NAICS code(s) is/are: 541511 - Custom Computer Programming Services, with a size standard of $27,500,000.00. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions. Also contact the MICC Advocate for Competition, Scott D. 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 requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. 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. Information to help determine if the requirement (item or service) 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. 6. Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 7. Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/73614a5547d54e5222ab5c3f3749f818)
 
Place of Performance
Address: The primary location for the performance of this contract is TRAC-WSMR buildings 1400 and 1401 located at White Sands Missile Range, NM. Contractor employees providing support to the Network 2020 Strategy and Army Warfighting Functions Analysis task will be physically located at TRAC-WSMR, Fort Bliss TX., White Sands Missile Range, New Mexico, 88002-5502, United States
Zip Code: 88002-5502
 
Record
SN04492410-W 20170504/170502234710-73614a5547d54e5222ab5c3f3749f818 (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.