Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
MODIFICATION

H -- Test and Evaluation Support Services for the US Army Evaluation Center

Notice Date
1/11/2018
 
Notice Type
Modification/Amendment
 
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-18-R-AEC
 
Archive Date
2/22/2018
 
Point of Contact
Robin M. Delossantos, Phone: 4102785417
 
E-Mail Address
robin.m.delossantos.civ@mail.mil
(robin.m.delossantos.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION This is a Request for Information (RFI) only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. All interested parties should send responses to the following questions and any comments/questions to Ms. Robin Delossantos, email: robin.m.delossantos.civ@mail.mil, OR address: U.S. Army Contracting Command - Aberdeen Proving Ground (ACC-APG), 4310 Boothby Hill Avenue, Aberdeen Proving Ground, MD 21005. Email is the preferred method of communication. All responses must be received NLT 3:00 PM local Maryland time on 07 February 2018. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Purpose: Request for Information - The Army issued eleven (11) Cost-Plus-Fixed-Fee (CPFF) and Firm-Fixed-Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) Multiple Award Contracts (MAC) in September 2014 with a total value of $444M which provides analytical support of evaluations including, but not limited to: assistance in evaluation and analysis planning and methodology; assistance in preparation and review of test and evaluation (T&E) documentation; data reduction and analysis support on-site during testing and post-test; and assistance in preparing input to draft system assessment and evaluation documents. This support is provided to the U.S. Army Evaluation Center (AEC), a subordinate activity of the U.S. Army Test and Evaluation Command (ATEC). The MAC ordering period will end in September 2019. The responses received from this RFI will assist in developing an acquisition strategy. ACC-APG is seeking to identify business sources that may be capable of providing the required test and evaluation support to AEC. AEC conducts independent evaluations for all Army Acquisition Category (ACAT) systems, rapid acquisition systems, and systems undergoing experimental (demonstration) assessments. Evaluations are based upon adequate, efficient, well-planned developmental, integrated, and operational testing designed in collaboration with cross functional system test teams, leveraging all available sources. Business Size Standard: The North American Industrial Classification System (NAICS) code is 541330, exception Military and Aerospace Equipment and Military Weapons, size standard is $38.5M. Industry Day: This acquisition will not have its own industry day. Estimated Dollar Value: TBD at this time Estimated Period of Performance: TBD at this time Contract Type: TBD at this time   Major Support Services: Provide analytical support of evaluations including, but not limited to: assistance in evaluation and analysis planning and methodology; assistance in preparation and review of test and evaluation (T&E) documentation; data reduction and analysis support on-site during testing and post-test; and assistance in preparing input to draft system assessment and evaluation documents. Contractors must be familiar with the system specific acquisition documentation, evaluation requirements, and DoD, Army and ATEC regulations, pamphlets, instructions and guidance. Continuous evaluation support will be requested in the following functional areas: Ballistic Missile Defense; Aviation-Fires; Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance; Mounted Systems; Soldier and Support Systems; Integrated Suitability and Methodology; and Survivability. Performance Requirements include, but are not limited to: 1. T&E Support to include, but not be limited, to: a. Planning efforts, documentation development, meeting support, project calendar maintenance, document repositories; b. Knowledge of threats and mission scenarios; c. Early involvement in future programs; d. Coordination and planning of Combatant Commanders' exercises for cyber security and interoperability assessments; e. Test and demonstration event planning, execution, assessments and after action wrap-ups; 2. Data and Database Management support to include, but not be limited to: a. Identifying data requirements for system evaluations; b. Developing and modifying tools to store, search and retrieve data for system evaluations; c. Interfacing and/or coordinating with organizations to receive data for tests and evaluations; d. Assisting in data authentication and reduction efforts; e. Data archiving; f. Data entry; g. Data analysis and displays. 3. Evaluation, Analytical and Verification Support to include but not be limited to: a. Conducting evaluation, analytical, and verification support for tests, evaluation, and special projects; b. Supporting the overall evaluation of suitability, performance, effectiveness, reliability, maintainability, logistic support, safety, survivability, Human Suitability Integration (HSI) and integrated logistics. 4. Methodologies, Studies, and Analysis to include but not be limited to: a. Proposing and implementing approved methodologies; b. Developing new approaches to evaluation, archiving data, modeling, simulation, instrumentation and other areas; c. Providing statistical analysis for reliability growth and other Reliability and Maintainability (RAM) methodologies; d. Supporting the planning, execution and analysis of instrumentation certification events; e. Proposing, formulating and refining policies for evaluation methods. 5. Scientific and Technical Services to include, but not limited to: a. Proposing and developing training plans and instruction material for T&E processes, methodologies, and procedures; b. Providing technical editing for T&E documents and products; c. Executing modeling, simulation, and stimulation activities for studies and evaluations; d. Support data science services; e. Support logistics demonstrations and technical manuals; f. Support the planning and conduct evaluations of Live Fire T&E (LFT&E). 6. Test and Safety Management to include, but not limited to: a. Safety events and products; b. Safety Release activities for system tests and training involving Soldiers; c. Safety Confirmation activities for milestone decisions; d. Updates to safety and test policies, procedures and guidance; e. Distribution of safety documents; f. Maintain the safety requirements database; g. Retrieval services of safety documents and products. 7. Progress and Labor Reporting, to include providing monthly progress reports and a monthly invoice, and reporting labor hours to the COR bi-weekly. Request for Information: Responses to this RFI shall be no more than 10 pages in length and include responses to the following subject areas: 1. Please provide the following Point of Contact Information: Company: Address: Point of Contact: Phone Number: Email Address: 2. Organizational Conflicts of Interest (OCI): AEC is the Army's operational test and evaluation activity that performs operational and developmental assessment testing of a wide range of systems developed across DoD. As such, compliance with Federal Acquisition Regulation (FAR) Subpart 9.5 is a concern to ensure no entity operationally tests and assesses a system they have developed under another government contract. Please respond to the following OCI concerns. a. Describe the process used to complete an enterprise review across all business and affiliates to identify any governmental developmental work performed as either a prime or subcontractor. b. This acquisition will evaluate and assess systems as prescribed by FAR Subpart 9.505-3. To assure compliance with this FAR requirement the Army intends to identify and analyze potential OCI as prescribed by FAR 9.504(a)(1)(2). Describe what information the Army should provide to assist industry in identifying governmental development work. 3. Please identify your company's size standard per the primary NAICS code of 541330. The Small Business (SB) Size Standard for this NAICS code is $38.5M. Other Than Small Business (OTSB): Small Business (SB): 8(a): Small Disadvantaged Business (SDB): Woman-Owned Small Business (WOSB): Historically Underutilized Business Zone (HUBZone): Service-Disabled Veteran-Owned Small Business (SDVOSB): 4. If you identified your company as a SB or any of the SB subcategories as stipulated above, then would your company likely submit a proposal as a prime contractor? 5. If your company is a small business, is your company capable of performing at least 50% (percent) of the incurred labor cost? If so, please explain how your company will perform the work. 6. Small businesses provide rationale to support setting this entire acquisition aside to small business. 7. Other Than Small Businesses, provide a list of the basic service areas that are appropriate to subcontract with small businesses. 8. Other Than Small Businesses provide a percentage of work that is appropriate for small business subcontracting. Additionally, explain why the percentage is realistic and achievable. 9. Does your company possess the capabilities to provide the entire range of services discussed in this RFI? If NO, please provide specific areas that you intend to provide? 10. Please provide the following information for up to 3 examples of similar work that your company has performed: a. Contract number(s). b. Aggregate dollar value of entire contract. c. Aggregate dollar value of task orders you prime on each MAC. d. Number of task orders you prime on MAC. e. Was this work similar in scope? 11. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. 12. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 13. Does your company have or is it capable of obtaining a SECRET facility clearance? 14. Is your company able to provide employees who are US citizens and capable of obtaining at least a SECRET clearance with possible requirements for TS/SCI clearances? 15. Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCAA) accounting system prior to contract award? 16. Please provide additional information that you believe we should know about your company in support of this RFI. 17. As experts in your field, please provide additional comments to assist the government in this fact finding.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/24d26306d6c84f765afc18c476014a18)
 
Place of Performance
Address: Mostly at Aberdeen Proving Ground, Maryland with other various locations, Aberdeen Proving Ground, Maryland, 21005, United States
Zip Code: 21005
 
Record
SN04787506-W 20180113/180111231014-24d26306d6c84f765afc18c476014a18 (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.