Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SOURCES SOUGHT

99 -- DEVCOM System Engineering and Technical Assistance (SETA)

Notice Date
11/5/2020 6:48:05 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-20-X-SETA
 
Response Due
11/23/2020 10:00:00 AM
 
Archive Date
12/08/2020
 
Point of Contact
Lavetta Wynn-Smith, Adam Sponsky
 
E-Mail Address
lavetta.d.wynn-smith.civ@mail.mil, adam.m.sponsky.civ@mail.mil
(lavetta.d.wynn-smith.civ@mail.mil, adam.m.sponsky.civ@mail.mil)
 
Description
US Army Combat Capabilities Development Command (DEVCOM) System Engineering and Technical Assistance (SETA) Support Requirements INTRODUCTION The Army Contracting Command Aberdeen Proving Ground (ACC-APG), on behalf of the US Army Combat Capabilities Development Command (DEVCOM), is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the need for System Engineering and Technical Assistance (SETA) Support Requirements. The work is on a government installation. Office equipment including desks, phones, and computers are provided.� This is a non-personal services contract to provide technical and programmatic support.� The Government shall not exercise any supervision or control over the contract service providers performing the services herein.� Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government.� Limited travel may be required. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION TO VENDORS THAT MEET THE REQUIRED SECURITY REQUIREMENTS.� All Small Business Set-Aside categories will be considered.� Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. This is not a Request for Proposal (RFP) nor does it constitute a solicitation and 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 will be made available to pay for the preparation of responses to this announcement.� Any information submitted to this notice is strictly voluntary and will not be returned.� Not responding to this notice does not preclude participation in future solicitations.� If a solicitation is released, it will not be synopsized on the government-wide point of entry due to national security.� All vendors meeting the security requirements will be provided additional information pertaining to this requirement. SCOPE This effort seeks to provide suitable technical and analytical services, in the areas of research, analysis, computer support, program support, security support, documentation/presentation, and range/test support, pertaining to the research and development mission of the DEVCOM office.� This support shall encompass technical areas covered under the DEVCOM mission statement including the area of survivability, especially survivability technologies.� The work will be classified up to and including the TOP SECRET/ SPECIAL ACCESS REQUIRED level. Special Requirements: Paragraph 3.3 Task 3: Office Support below must be supported immediately upon contract award.� All personnel supporting this work, at contract award, shall have recent experience using the Army SAP Enterprise Portal (ASEP) system and have an active TOP SECRET clearance.� The active clearance requirement is so the contractor can immediately start performing the work. Place of Performance: Work shall be performed at US Army Research Laboratory, 2800 Powder Mill Road, Adelphi, MD 20783 Period of Performance�� The period of performance is anticipated to be 12 months with four (4) twelve (12) month option periods. Task 1: Technical. (1) The contractor shall perform research, analysis, engineering concept studies, and documentation and provide support for technical projects to evaluate and demonstrate the applicability, practicality, effectiveness, cost, and tradeoffs of applying survivability technologies to US platforms.� The impact of incorporating survivability technologies into equipment and vehicle design shall be assessed in terms of mission performance, safety, cost, and survivability. (2) The contractor shall support periodic reviews of ongoing survivability technology development projects.� The contractor shall monitor technical performance, schedule costs, and deliverables on selected projects.� The contractor shall consolidate data/inputs into proper format for review on a variety of planned and unplanned suspense on specific or overall technology projects. (3) The contractor shall conduct research and analysis and provide support for the improvement and development of analytical models that predict system survivability and describe the effects of survivability technologies on platform performance.� This shall include prediction, probability of detection, probability of acquisition, probability of track, and operational performance.� These models shall be used in development of future Army and DoD specifications and for analyzing the payoff of survivability technologies. Task 2: Test Planning and Support. (1) The contractor shall conduct research, planning, and analysis to identify appropriate range facilities for technology demonstrations of survivability technologies on US platforms under projects supported by the office. (2) The contractor shall develop the test plans and associated documentation for technology demonstrations of survivability technologies on US platforms under projects supported by the office. (3) The contractor shall provide software, technical, and programmatic expertise planning for test execution, data collection, test measurement, data reduction and analysis for survivability technologies.� The contractor shall conduct and support the data reduction and its analysis. Task 3: Office Support (1) The contractor shall support the technical LAN system.� Software support shall include development and implementation of programs for test data collection, reduction, presentation and analysis.� These software products shall be compatible with existing government hardware. (2) The contractor shall maintain the office�s security databases. (3) The contractor shall support the office�s finance system. EVALUATION The Government will evaluate the information provided to determine the vendor�s capability to:� 1) Provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; 4) Provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS codes for this predominance of this requirement are 541990 with a small business size standard of $15M. The Product Service Code is AD24. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.�� ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than twelve (12) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, Eastern Standard Time (EST), 23 November 2020.� All responses under this Sources Sought Notice must be e-mailed in either Microsoft Word or Portable Document Format (PDF) to Contracting Officer LaVetta Wynn-Smith at lavetta.d.wynn-smith.civ@mail.mil and Contract Specialist Adam Sponsky at adam.m.sponsky.civ@mail.mil. This documentation must address at a minimum the following items: What specific technical skills does your company possess which ensure capability to perform the tasks? Include recent ASEP experience. � What type of work has your company performed in the past in support of the same or similar requirements? Specifically, address capabilities related to handling classified material up to and including the top secret/ special access required level. � Can or has your company managed a task or many tasks of this nature?� If so, please provide details. � Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (small business prime).� Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this sources sought for the base period as well as the option periods. � Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE Code, DUNs number, etc. � Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Please provide additional information that you believe we should know about your company in support of this Sources Sought.������������������������� The contract type is anticipated to be a hybrid of cost plus fixed fee (CPFF) and Firm Fixed Price (FFP) task orders.� �No phone calls will be accepted. All questions must be submitted to the Contracting Officer identified above.� The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. Respondents to this sources sought may be requested to provide an onsite briefing to DEVCOM personnel to further define capabilities.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f76f749768b249d2a3dc4f1a9a8c40c2/view)
 
Place of Performance
Address: Adelphi, MD 20783, USA
Zip Code: 20783
Country: USA
 
Record
SN05847713-F 20201107/201105230148 (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.