Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2020 SAM #6621
SOLICITATION NOTICE

59 -- Targeted Requirement EXecution (T-REX) Multiple Award Contract(s) (MAC) Follow-On

Notice Date
1/13/2020 2:57:40 PM
 
Notice Type
Presolicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
HQ USSOCOM TAMPA FL 33621 USA
 
ZIP Code
33621
 
Solicitation Number
H92401-20-R-0001-INITIALNOTICE
 
Response Due
1/27/2020 9:00:00 AM
 
Archive Date
02/21/2020
 
Point of Contact
Kristen R. Hoylman, Phone: 813-826-7047
 
E-Mail Address
kristen.hoylman.mil@socom.mil
(kristen.hoylman.mil@socom.mil)
 
Description
INITIAL PRE-SOLICITATION NOTICE Targeted Requirement EXecution (T-REX) Multiple Award Contract(s) (MAC) Follow-On Purpose: �The purpose of this notice is to inform industry of United States Special Operations Command (USSOCOM)�s intent to issue a Solicitation for the follow-on acquisition to the T-REX Indefinite Delivery Indefinite Quantity (IDIQ) MAC. Additionally, this notice provides information regarding the upcoming Industry Day and key areas of the current acquisition strategy in order to gain Industry feedback. This announcement does not constitute a solicitation and proposals are not being requested at this time. Background: �There are currently four T-REX IDIQ Prime Contracts that were originally awarded in August 2015 (H92222-15-D-0013 to 15-D-0016). These contracts currently expire in August 2020, however, the current plan is to extend these contracts through 31 December 2020. If that plan is executed, a separate Notice of Intent along with the required Justification and Approval (JNA) will be publically posted. The purpose for this multiple award vehicle is to acquire Systems Integrators/Coordinators to provide Intelligence, Surveillance, and Reconnaissance (ISR) and Command, Control, Communication, and Computers (C4) related equipment solutions and related incidental services to the Government in four main categories; (1) System Integration, (2) Hardware and Modifications, (3) Specialized Communication Solutions and Networks, and (4) Signal Processing Capabilities. The scope predominantly consists of supplying brand name equipment in the four main categories previously identified, however there remains a need for continuous increased capability and new technology insertions. As with the previous competition, there are some unique aspects to this effort regarding Original Equipment Manufacturer (OEM) exclusions, Organizational Conflicts of Interest (OCI), the reserve of up to one prime contract award to a Small Business, and a Class Brand Name Justification for the equipment that is not currently planned to be solicited and awarded under these contracts on an �or equal� basis. �A draft RFP outlining in detail all of these requirements, as well as, additional draft RFP attachments will be provided at a later date (currently planned for 21 January 2020 pending completion of all required reviews).�� Additional Key Acquisition Strategy Points: Contract Type:� This follow-on effort will be another Multiple Award IDIQ, Full and Open Competition with up to 1 prime contract award reserved for the most highly rated small business Offeror received under this solicitation. We estimate a minimum of three and a maximum of six prime awards. Various cost type arrangements will be allowable at the delivery/task order (DO/TO) level (FFP, CPFF, CR, possibly more), however the vast majority will be awarded on a FFP basis.� Primary NAICS:� NAICS code 339999, All Other Miscellaneous Manufacturing, Size Standard, 500 employees. Ceiling Value / Contract Period:� The anticipated maximum ceiling value across all awarded contracts is estimated at $750M over five, one-year ordering periods. DO/TO Level Competitions: All Prime Contractors will be required to propose on every DO/TO RFP (estimate 50-70 annually) unless waived by the Contracting Officer. While the Government seeks to acquire more products within the TREX scope on an �or equal� vice current primarily brand name basis, the best strategy to achieve this is still being determined and we welcome Industry�s feedback in this area. Additionally, the current goal of the Government is to increase the use of the trade-off vs. lowest price technically acceptable (LPTA) process for DO/TO competitions when determined to provide a better value (i.e. when seeking current brand name replacements), it is anticipated that the vast majority of awards will be made on an LPTA basis (plan for 90%) given the nature of the requirements.�� Industry Day:�� Main Session: An Industry Day is currently scheduled to take place on 29 January 2020 at our SOFWERX facility, located at 1925 E. 2nd Avenue, Suite 102, Tampa, FL� 33605. The day will begin at 0830 local Tampa, FL time and will be kicked off with a welcome from PEO-SRSE leadership and a short briefing from the Acquisition Team. A short Q&A session will follow. Individual Sessions: Additionally, those Industry partners interested in proposing on this effort and desiring to provide value added feedback on the forthcoming draft requirements and/or key strategy points will be able to schedule a one-on-one session with SOCOM representatives which are currently planned to begin after the main Q&A session on the 29th and continue throughout 30 January (dependent upon the number of sessions requested). The intent of the one-on-one sessions is to afford Industry an opportunity to ask specific, approach-dependent questions about the draft RFP for the T-REX follow-on contract. In order to ensure that both the Government and Industry derive as much possible value from these sessions within the available scheduled timeframe, priority for these sessions will be given to those interested companies that have the ability to be a prime offeror for this effort and any subcontractors or teaming partners they choose to invite.� The Government encourages those subcontractors or teaming partners to attend with the prime offeror. To register for a One-on-One session, a single representative for the prime offeror must send a request NLT 27 January 2020, 1200 hrs EDT to the Contracting Officer�s POC (as identified in beta.sam.gov) with the following information: Prime Offeror Company Name / CAGE Code Team Member Company Names / CAGE Codes Names of participants attending the session. Space is limited so no more than 6 participants may attend the session. Each prime/team is only allowed to register for one session. Attendance at the scheduled One-on-Ones and any discussions/release of information is strictly voluntary. The Government will not pay for any information provided or costs associated with travel for this session. NLT 27 January 2020, 1200 hrs EDT, provide a list of questions for your One-on-One session using the Q&A Template provided with the draft RFP to the Contracting Officer�s POC. This list of questions will be used by the Government to prepare for the One-on-One sessions. Offerors will not be limited to this list during the One-on-One sessions but the Government may not be able to answer questions that do not appear on the list during the One-on-One sessions. Answers to those questions will be provided directly to the offeror.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a85dc3b2b684f1585972a31380e56c2/view)
 
Record
SN05533379-F 20200115/200113230302 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.