Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SPECIAL NOTICE

D -- Army Contracting Command - Aberdeen Proving Ground - Technology Applications Support Services - RFI Questionnaire and RFI Draft PWS

Notice Date
9/13/2018
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W15P7T18R0019
 
Point of Contact
Lee ALEXIS, Phone: 4438614965, Brian Bosmans, Phone: 4438614972
 
E-Mail Address
Lee.Alexis.civ@mail.mil, Brian.c.Bosmans.civ@mail.mil
(Lee.Alexis.civ@mail.mil, Brian.c.Bosmans.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
RFI Draft PWS RFI Questionnaire The Army Contracting Command, Aberdeen Proving Ground, MD (ACC-APG) is performing market research in order to determine the capabilities of industry for providing Technology Applications Support services as identified in the attached Draft Performance Work Statement (PWS) entitled "Technology Application Support Services". The North American Industry Classification System (NAICS) Code associated with this effort is 541511. The Government is seeking interested 8(a) companies who demonstrate the ability to meet the capabilities of the attached Draft PWS. Currently the services are provided on-site, at ACC-APG, by one Full-Time Contractor Manpower Equivalent Technology Application Support Specialist. The potential type of contract would be Cost Plus Fixed Fee (CPFF) for three years (consisting of a base year with two one-year option periods). Due to the unpredictable nature of some efforts and seasonal requirements such as Fiscal Year End actions, the Government may require the contractor to provide additional effort to cover workload surges. Please answer the following questions in your response: Questions: 1. Please indicate your current CAGE & DUNS codes. 2. Please provide a certification that your business is a Small Business concern under NAICS Code 541511. 3. Please provide your expected Graduation Date from the 8(a) Business Development Program. 4. Please describe your candidate's experience with working with the tasks described in the RFI's Draft PWS Paragraphs 3, 3.1, and 3.2. RFI respondees are invited to attach a resume to their RFI response, showing the name of the proposed Technology Applications Support Specialist and their experience in the items outlined in PWS Paragraphs 3, 3.1, and 3.2. 5. Please address your company‘s compensation policy for recruiting, retention and reach-back capabilities for contract transition (normally 30 days), and contract performance - to ensure there are no lapses in service. 6. The Government anticipates the type of contract will be CPFF level of Effort. An Accounting System approved by DCAA would be mandatory at time of award. Please indicate whether your company has an accounting system that has been approved or will be approved by Defense Contract Auditing Agency (DCAA). If your firm's Accounting System has not been approved by DCAA, please refer to the attached link to DCAA's Pre-Award Accounting System Adequacy Checklist http://www.dcaa.mil/Home/Preaward?title=Preaward%20Accounting%20System%20Adequacy%20Checklist. The DCAA points of contact for checklist submission or additional information, can be found at the company's cognizant DCAA office. Use the locator tab in DCAA website menu selection bar in the following link, to find the cognizant DCAA office http://www.dcaa.mil/FAOLocations/ConusLocator?title=U.S.(CONUS) 7. Non-Government specific training: Contractor shall address employee training policy for continuous learning training events/education/credits directly related to assigned PWS tasks. 8. Please indicate relevant Past Performance Experience within the past 5 years in which your company has successfully executed tasks similar to those described in the attached Draft PWS (please include Contract Number, Contracting Office, and Contracting Officer's Representative contact information) A Draft PWS explaining the requirements is attached. Based on the responses received from this RFI, if the Government determines that an 8(a) is Capable of performing the requirement, the prospective Contractor may be interviewed by the Army Contracting Command in order for the Contractor to further demonstrate their Capabilities for performing the tasks described in the Draft PWS. Following the interview, the Government may attempt to obtain an authorization letter from the United States Small Business Administration - for a direct 8(a) contract award. Offerors are invited to provide a Rough Order of Magnitude (ROM) estimate, however, your response will be used solely for information and planning purposes. It does not constitute an RFP or a promise to issue an RFP in the future. The Government may decide (based upon the responses received) to approach the United States Small Business Administration in order to obtain authorization for a direct 8(a) contract award. This notice does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in responding to this notice; all costs associated with responding to this notice will be solely at the interested parties' expense. Not responding to this notice does not preclude participation in any future RFP, if issued. If an RFP is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responder to monitor this site for additional information pertaining to this requirement. All information provided within this announcement is subject to change. 8(a) vendors interested in the Army Contracting Command Technology Application Support Services procurement are advised to monitor the Federal Business Opportunities (FBO) website at http://www.fbo.gov for additional updated information concerning this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d44a58a396072d01a77ed27fdddff3ad)
 
Place of Performance
Address: Primarily Aberdeen Proving Ground, MD (6472 Integrity Court, Building 4401)., May include other Army Contracting Command offices, including and not limited to, Ft. Belvoir, VA and Adelphi, MD, United States
 
Record
SN05087670-W 20180915/180913231216-d44a58a396072d01a77ed27fdddff3ad (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.