Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2021 SAM #7106
SOURCES SOUGHT

R -- Test and Evaluation Technical Support Services (TETSS)

Notice Date
5/14/2021 5:34:07 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QM MICC-FDO FT HOOD FORT HOOD TX 76544-5025 USA
 
ZIP Code
76544-5025
 
Solicitation Number
W9115121R0024
 
Response Due
5/28/2021 1:00:00 PM
 
Archive Date
06/12/2021
 
Point of Contact
Junee Johnson, Phone: 2542873243
 
E-Mail Address
junee.c.johnson.civ@mail.mil
(junee.c.johnson.civ@mail.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. The Mission Installation Contracting Command - Fort Hood (MICC-FH) is issuing this Sources Sought Notice on behalf of The United States Army Test and Evaluation Command (ATEC) Operational Test Command (USAOTC) as a means of conducting market research to identify potential 8(a) parties interested in and have the resources to support this requirement for Test and Evaluation Technical Support Services (TETSS). The intention is to procure these services on a competitive basis. The U.S. Government is issuing this Sources Sought Notice as a means of conducting market research to identify potential 8(a) contractors who may be interested in and have the resources to support this requirement for TETSS. The Government welcomes corporate capability statements from all eligible 8(a) participants. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service.�Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.�If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement. The contract type will be Cost Plus Fixed Fee (CPFF). The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330, Engineering Services with a size standard of $16.5M. The scope of this requirement is to provide all labor management, supervision, supplies, materials, equipment, training, and tools, not otherwise provided as Government Furnished Property (GFP), to perform the non-personal services required to support the operational tests, data collection, and experimentation to support the missions of �Air and Missile Defense Test Directorate (AMDTD), and Fire Support Test Directorate (FSTD).These services will be in support of combined Developmental and Operational Tests, Joint and Multi-Service tests, training activities, and other Department of Defense (DoD) activities. Primary locations of performance are Fort Bliss, Texas and Fort Sill, Oklahoma. Other locations will be identified in individual task orders, and may require delivery of test support services at locations both within the continental United States (CONUS) and outside the continental United States (OCONUS), i.e. Alaska, Hawaii, etc. A continuing need is anticipated for the Test and Evaluation Technical Support Services which is currently being fulfilled through current contract # W91151-16-D-0007.� Attached are the draft Performance Work Statement (PWS),and Performance Requirements Summary (PRS). The estimated period of performance consists of a 60 month ordering period with performance commencing in April 2022. Specifics regarding the number of option periods will be provided in the solicitation. Any interested 8(a) participants are requested to submit a corporate capability statement to Ms. Junee Johnson junee.c.johnson.civ@mail.mil by 4:00 PM (EST) 28 May 2021 which demonstrates the firm's ability and interest in meeting the requirements described above and in the attached draft Performance Work Statement (PWS). All proprietary information should be marked as such. In response to this sources sought, please provide: Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. Information to help determine if the requirement service are commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil �or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the BetaSam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0b4f7c660e124bd583c6cc0f3d582fca/view)
 
Place of Performance
Address: Fort Sill, OK 73503, USA
Zip Code: 73503
Country: USA
 
Record
SN06002908-F 20210516/210514230120 (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.