Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
SOURCES SOUGHT

R -- ENGINEERING AND TECHNICAL SUPPORT SERVICES

Notice Date
8/11/2017
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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-ETSS
 
Archive Date
9/26/2017
 
Point of Contact
Shelby A. Saum, Phone: 4103062736, Mark Rieland,
 
E-Mail Address
shelby.a.saum.ctr@mail.mil, Mark.a.rieland.civ@mail.mil
(shelby.a.saum.ctr@mail.mil, Mark.a.rieland.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) prior to a projected Solicitation/Request for Proposal. The Army Contracting Command - Aberdeen Proving Ground (ACC-APG), on behalf of the Director, Operational Test and Evaluation (DOT&E), Office of the Secretary of Defense, requires a contractor to provide engineering and technical support services to DOT&E in the areas of policy, regulations, agreements, technology, security, business processes, treaties, and resources to include Test and Evaluation (T&E) infrastructure, targets, models, and simulators. The support to be provided by this contract covers only DOT&E's non-Title 10 responsibilities. Requirements levied on DOT&E and subordinate organizations will impose relatively demanding conditions of technical rigor, analytical impartiality and soundness, and innovation. The successful contractor will be required to commence work involving access to classified information immediately upon contract award. Therefore, a DoD SECRET facility clearance is required. The contractor will be required to receive, generate, and store up to SECRET information at its facility. Select personnel of the successful offeror who will be performing on this contract must have TOP SECRET personnel security clearance based on a current Single Scope Background Investigation (SSBI) and be eligible for access to SCI. The Government will provide a DD Form 254 Contract Security Classification Specification upon issuance of the solicitation. Foreign participation on this contract is not authorized. The purpose of this RFI is to determine interest on the part of offerors in this upcoming Solicitation. A definitive requirement of this contract is freedom from organizational conflict of interest (OCI) and the appearance thereof. Offerors will be excluded from consideration who have any appearance of involvement in development of DoD systems that are under, or will be under, DOT&E test evaluation oversight as part of its Title 10 responsibilities. If such a situation occurs, the contractor shall immediately notify the COR of this contract. Prospective offerors for this contract should be aware that winning this contract can create a situation in which participation in an existing or future DoD systems development contract can cause an OCI that may bring about termination of the DOT&E contract. The successful offeror will be required to have an office located in the Washington, DC metropolitan area within a 30-mile radius of the DOT&E office in the Pentagon. The contract will be a single award Indefinite Delivery/Indefinite Quantity contract with Cost Plus Fixed Fee task orders issued thereunder, with a 60 month ordering period. This is a follow-on contract to number W91CRB-12-D-0001 with Scientific Research Corporation (SRC) which is anticipated to expire 30 November 2018. When responding to this RFI, please include the following information: 1. Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: Size Status(es) under this RFI's identified size standard (SB, 8a, SDVOSB, etc.) 2. 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. If you identify your company as a Small Business or any of the SB subcategories, then is your company interested in a prime contract for this potential effort? 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. 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 CAPABLE OF PROVIDING SUPPORT IN ALL AREAS EITHER AS THE PRIME OR WITH TEAMING OR WITH A SUBCONTRACTOR, EACH OF WHOM MUST BE FULLY COMPLIANT WITH THE ORGANIZATIONAL CONFLICT OF INTEREST REQUIREMENTS, INCLUDING THE APPEARANCE THEREOF, WILL BE CONSIDERED CAPABLE OF PERFORMING THE REQUIREMENT a. Technical editing for congressional reports to include annual reports, beyond low-rate initial production reports, early fielding reports, etc. b. Mission and business process support, including: application development in support of test and evaluation (T&E) business processes, data content management support, development and maintenance of Intranets, Extranets, and public websites; identifying and refining T&E mission processes through requirements gathering and validation with T&E stakeholders, and technical support for DOT&E congressional reports production. c. Research and training support, including: monitoring the legislative cycles and reports, developing draft briefings, white papers, talking points and articles; and analyzing issuances for stakeholder coordination, etc. d. Cybersecurity support, including: providing research and analytic support on cybersecurity considerations; researching evolving DoD cybersecurity processes, policy and guidance and assessing implications; and supporting the organization and planning of workshops or training courses in the area of experimental design and reliability. e. International Program support, including: participating in the negotiation of new and amended Test and Evaluation Program agreements; and providing support concerning preparation, negotiation and signature of Project Arrangements. f. Sensitive Compartmental Information Facility Management, including personnel security, physical and technical security, secure communications, Special Access Programs, and safeguarding classified information. g. Support to the OSD Siting Clearinghouse, to include reviewing renewable energy proposals, coordinating with the appropriate DoD activity to identify acceptable mitigation approaches, and serving as a liaison with the science and technology community to identify specific technologies for problem mitigation. h. Support to the DoD Sustainable Range Initiative (SRI) to include liaison and subject matter expertise support for the coordination of ongoing and planned sustainability actions, and keeping DOT&E leadership aware of range modernization and investment programs, with particular emphasis on sustainability issues. 7. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past? If so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 8. What are the core competencies of your employees that would support the requirements of the RFI? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements in the RFI. 9. Do all the employees that would support this PWS have a SECRET Clearance? 10. Since it is anticipated that any RFP and resulting award that would be made based on responses to his RFI will be a cost reimbursable type contract, the offeror would be required to provide documentation necessary to demonstrate that their accounting system is adequate in accordance with the requirement in FAR 16.301-3(a) with respect to cost type contracts. This requirement also applies to subcontractors if subcontractor costs are proposed on a cost reimbursable basis. a. Please state whether your accounting system been verified as adequate by the Defense Contract Audit Agency (DCAA) within the last three years? Yes or no. b. If you answered 'Yes' to question 10(a), you do not need to complete 10(b). If an offeror's accounting system has not been found adequate by DCAA or has NOT been examined by DCAA, the offeror will need to be in compliance with FAR 16.301-3(a). Guidance for providing documentary evidence regarding this requirement may be found on Standard Form (SF) 1408-14. Would your company be able to meet these minimum requirements? If so, how? 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 both of the following contacts: Mark Rieland mark.a.rieland.civ@mail.mil Shelby Saum shelby.a.saum.ctr@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/193e960c7b263a00e6e0568d77eee51a)
 
Place of Performance
Address: Alexandria, Virginia, United States
 
Record
SN04625594-W 20170813/170811232353-193e960c7b263a00e6e0568d77eee51a (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.