Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2018 FBO #6109
SPECIAL NOTICE

A -- REQUEST FOR INFORMATION FOR AMRDEC SYSTEMS, SIMULATION, SOFTWARE AND INTEGRATION (S3I) DIRECTORATE CONTRACTUAL APPROACH - S3I Organization Chart

Notice Date
8/13/2018
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W31P4Q) Missile, BLDG 5303 SPARKMAN CIR, Redstone Arsenal, Alabama, 35898-5090, United States
 
ZIP Code
35898-5090
 
Solicitation Number
W31P4Q-18-R-0155
 
Archive Date
9/11/2018
 
Point of Contact
Ralph D. Lindner, Phone: 2568426556, whitney A. Alexander, Phone: 2568761232
 
E-Mail Address
ralph.d.lindner2.civ@mail.mil, whitney.a.alexander.civ@mail.mil
(ralph.d.lindner2.civ@mail.mil, whitney.a.alexander.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Aviation and Missile Research, Development, and Engineering Center's System, Simulation, Software and Integration (S3I) Directorate Organization Chart Request for Information (RFI) Only for planning purposes. This notice serves as market research in accordance with FAR Part 10. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. The purpose of this RFI is to gain knowledge of recommendations for possible contractual approaches to accommodate future Aviation and Missile Research, Development, and Engineering Center's System, Simulation, Software and Integration (S3I) Directorate mission. S3I is in need of information on potential small and large business sources that could provide the necessary technical skills, facilities, and personnel to support the current, new and evolving requirements. These requirements include, but are not limited to products such as Training Devices and Software for Program of Record that are categorized as Element of Resource (EOR) Object Class 31 and services such as Independent Verification and Validation (IV&V) and Performance Analysis that are categorized as EOR Object Class 25. Further information on EOR codes can be obtained from the Army Financial Management & Comptroller website at https://www.asafm.army.mil/dfas.aspx?doc=37-100. The NAICS Code for any resultant acquisition is not limited to Professional, Scientific, and Technical Services/541715 NAICS Code and is subject to change upon definition of final requirements. Responses to this notice will be used as part of the information gathered as market research that will be used to develop the acquisition strategy to satisfy this potential requirement. Responses will only be accepted from those firms that are interested in performing as a support contractor. This is not a request for competitive proposals and no contract will be awarded from this RFI. S3I has not formalized a Statement of Work, Performance Work Statement, or acquisition strategy. There is no solicitation, and no other information is available at this time. Other than responses to this request for information, no other responses or inquiries will be accepted. Questions regarding the scope of work or acquisition strategy will not be accepted at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. A determination not to compete this action based upon responses to this notice is solely within the discretion of the Government. Requirements: As S3I continues its realignment from the former Software Engineering Directorate (SED); System Simulation, Development Directorate (SSDD) and Protective Technology, we are looking at key components of the S3I Directorate contractual structure and process to ensure S3I is accurately reporting Product and Service EOR codes indicative of the S3I mission. As described below, S3I is seeking information for an overall potential contract structure that will meet S3I mission by delivering products and providing traditional engineering services, as appropriate. S3I would consider recommendations for the appropriate NAICS Code(s) to account for proposed structure. S3I future goals: Consideration of efforts that encompass both traditional engineering services and product delivery, as reported in the Federal Procurement Data System-Next Generation (FPDS-NG) to the S3I primary customer base include but are not limited to: Program Executive Office (PEO) Aviation, Missiles and Space and the Missile Defense Agency (MDA). Our current contractual mechanisms will continue to be used and shall evolve to support S3I future mission with best in class contractual vehicles and Small Business incentives. These include, but are not limited to: AMCOM Express, General Services Administration (GSA), GSA Oasis, Broad Agency Announcement (BAA), Indefinite Delivery and Indefinite Quantity (IDIQ) type contracts, and any other existing Strategic Source vehicle. S3I would appreciate information and opinions from the business community as a response to this RFI. Information from submitted papers may aid discussions at the upcoming S3I Industry Day, at a minimum. Please consider incorporating the following in response to this Sources Sought: 1. Recommendations for a possible contractual approach, structure, and administration that will align with the new S3I organizational structure and will allow the organization to be accurately reported as delivering product (i.e. EOR 31) or performing services (i.e. EOR 25) when appropriate. Consider constraints and or limitations with recommendations. 2. Consider the best approach to structure top level technical requirements such as by customer (i.e., Missile System Support, Aviation System Support, General System Support) or technical requirements structured around detailed disciplines (i.e., Software Development, Simulation, Evaluation, Basic Research, Cyber Security, Facility Support, etc). The aforementioned structures are not included to limit discussion, but are included for the purposes of example only. S3I encourages and will consider any suggestion provided that supports S3I's focus of providing best value solutions to its customer base. The current S3I organization chart is included for reference. 3. Please include your business capabilities to support your recommended contract structure for Missile and Aviation Systems throughout the life cycle of these systems, as related to the S3I mission with broad information concerning the density of labor categories needed to fulfill the proposed approach(es). 4. In summary: S3I hopes to get detailed ideas and recommendations for an overall contracting structure that would meet S3I mission by delivering products and where appropriate, can be seen as providing traditional engineering services while maintaining maximum flexibility and value to its customer base. The work, as defined by each TO, could be UNCLASSIFIED, CONFIDENTIAL, SECRET, TOP SECRET, Sensitive Compartmented Information (SCI), Special Access Information and include Contract Security Classification Specification, DD Form 254, as required in individual TOs. FOREIGN PARTICIPATION WILL NOT BE ALLOWED AT THE PRIME OR SUBCONTRACT LEVEL. S3I's intent is to better understand the current, state-of-the-art capabilities, and strategies to determine the best solution. Industry feedback is vitally important and S3I will be receptive to any and all ideas. Proprietary information is neither solicited nor prohibited; however, if submitted, it should be appropriately marked. White paper responses to this request can be submitted in your own format and shall be limited to no more than 5 one sided pages in length, not including cover letter. Each page shall identify the submitting respondent and page numbers. Electronic submissions are required. All questions and industry responses to S3I's RFI shall be submitted via email to Whitney A. Alexander at whitney.a.alexander.civ@mail.mil and Ralph Lindner at ralph.d.lindner2.civ@mail.mil. Responses must be received by 5:00 pm CST on August 27, 2018. No telephone request will be accepted. All material submitted in response to this RFI must be unclassified and properly marked. S3I reserves the right to request further clarification to enhance our understanding of the respondent's submittal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/51b16e520037bef518a5cc18365baf31)
 
Place of Performance
Address: Army Contracting Command - Redstone (ACC-R), ATTN: CCAM-RD-D, Building 5400, Fowler Road, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN05033214-W 20180815/180813230901-51b16e520037bef518a5cc18365baf31 (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.