Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOURCES SOUGHT

69 -- Target & Threat Hardware for Readiness, Evaluation, And Testing (TTHREATS)

Notice Date
7/20/2020 12:10:31 PM
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK20R0061
 
Response Due
8/14/2020 1:00:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
Jason Jerome, Phone: 4072085868
 
E-Mail Address
jason.jerome3.civ@mail.mil
(jason.jerome3.civ@mail.mil)
 
Description
ESCRIPTION: �U.S. Army Contracting Command - Orlando (ACC-O) has a requirement for the U.S. Army Program Executive Officer for Simulation, Training, and Instrumentation (PEO STRI), Program Manager Cyber Test Training (PM CT2), Threat Systems Management Office (TSMO), to provide threat and target development, support and hardware of multiple programs for test and training events.� The anticipated contract will be a Single Award Indefinite Delivery / Indefinite Quantity contract with a five-year base and two (2) two-year option period with task orders issued against the ID/IQ as needs arise. The anticipated award date for the IDIQ is 3rd Quarter FY 2022. ACC-O on behalf of the PEO STRI is issuing this sources sought notice as a means of conducting market research to identify potential sources having an interest in and the resources and capability to support the upcoming Target & Threat Hardware for Readiness, Evaluation, And Testing (TTHREATS) requirement. The results of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice, the requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. All small business set-aside categories will be considered. DISCLAIMER: �THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND IT SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE THE PARTICIPATION IN ANY FUTURE REQUEST FOR PROPOSAL (RFP), IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.� REQUIREMENT: Requirements for the TTHREATS contract are for the design, development, integration of 3 dimensional full and subscale targets and threats. This effort could result in the production of prototype targets and threats or procurement of existing targets or threats. Targets and threat products and services is applicable to both blue force weapons systems and threats to those systems. �The contractor shall also have the ability to operate any target or threat system needed to support the use in a test environment.�� Targets and threats exist in a multi domain environment.� These environments compose live (air-land-sea) and virtual domains. Supplies and services may be procured for operations within the continental United States or overseas. ELIGIBILITY: The Government is currently considering 339999 - ALL OTHER MISCELLANEOUS MANUFACTURING as the applicable NAICS code for this requirement. Businesses of all sizes are encouraged to respond; however each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the above discussed services. Please provide any questions you may have as well as what you may requires to prepare a complete proposal.� The Government intends to release a draft SOW as soon as it is authorized for public release. Your response to this Sources Sought, shall be electronically submitted to the Contract Specialist via email, thomas.l.halverson.civ@mail.mil, with a CC: to the Contracting Officer via email, jason.jerome3.civ@mail.mil, no later than 12:00 p.m. (Eastern Standard Time) on 5 June�2020 and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Late responses may not be used for the initial market research decision but may assist in the overall business decision. Information and materials submitted in response to this request WILL NOT be returned. The submission of the capabilities statement package is for planning purposes only and is not to be construed as a commitment by the Government to procure any services or for the Government to pay for the information received. No solicitation document exists at this time. DO NOT SUBMIT CLASSIFIED MATERIAL. Interested vendors are requested to input their data into the Interested Vendors List on this posting.� The list will be used by the Government to review interested vendors for market research. Written responses to this announcement should consist of the following: 1. Identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc.) under the companies NAICS, the name of the business providing the capabilities statement with the address, primary points of contact to include phone numbers, email, business CAGE Code, and DUNS number. 2. It is requested that written responses be submitted in Microsoft Word document or Portable Document Format (PDF) and no longer than 15 pages in length. 3. State the scope of present and/or past experience (within the last 5 years) with hypersonic target development to include analysis and material prototyping.� �Include the contract number, dollar value of contract(s), whether performance was done as the prime or subcontractor, the complexity, and Government customer and/or Contractor points of contact. 4. State the scope of present and/or past experience (within the last 5 years) providing support of target and threat systems (ground and aerial) required for test and/or training programs, Weapon Systems test and Demonstrations, Research and Development activities, Production Verification and special test programs. 5. �State the scope of present and/or past experience (within the last 5 years) providing support of live and virtual network and device security efforts as it relates to target and threat systems. 6. List the anticipated percentage of small business subcontracting.� Provide anticipated subcontracts / team members. 7. Provide any risk you have identified with the program and how your company could mitigate. 8. Provide a NAICS recommendation for this effort with supporting rationale. Interested Vendors please inform the Government what information is required to assist with your business decision for this acquisition. Please do not send non-relevant marketing data. The Government has not determined a Small Business set aside percentage. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. NOTE: If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR clause 52.219-14, Limitations on Subcontracting, has changed. Deviation 2019-O0003 is now in effect which adds the definition of �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause. Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself. Please read the full text of the clause deviation 52.219-14 Class Deviation 2019-O0003, dated 03 DEC 2018 at https://www.acq.osd.mil/dpap/dars/class_deviations.html. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize a �Similarly Situated Entity� to meet the Limitation on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare. Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the Government's capability determination.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fb34b753f9724398b2287dc75975c285/view)
 
Place of Performance
Address: Huntsville, AL 35803, USA
Zip Code: 35803
Country: USA
 
Record
SN05726920-F 20200722/200720230152 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.