SOURCES SOUGHT
J -- Request for Information W56KGY-22-R-SETA_Aerostats for Product Director Aerostats Systems Engineering and Technical Assistance Support
- Notice Date
- 9/1/2022 10:59:54 AM
- Notice Type
- Sources Sought
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGY-22-R-SETA_AEROSTATS
- Response Due
- 10/2/2022 2:00:00 PM
- Point of Contact
- Jennifer L Mattessino, Mark Entwistle
- E-Mail Address
-
jennifer.l.mattessino.civ@army.mil, mark.w.entwistle.civ@army.mil
(jennifer.l.mattessino.civ@army.mil, mark.w.entwistle.civ@army.mil)
- Description
- This RFI is for planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal or as an obligation on the part of the Government to acquire any products or services.� Your response to this RFI will be treated as information only.� No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of a contractor�s submission of responses to this announcement or the Government�s use of such information.� The Government reserves the right to reject, in whole or part, any contractor input resulting from this request.� This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The information provided may be used by the Government in developing its Acquisition Strategy, Performance Work Statement, Performance Based Specification(s), and/or related Acquisition Requirement documentation.� Parties responding to this RFI are responsible for adequately marking proprietary or competition sensitive information contained in their response.� The Government will not pay for the information submitted in response to this RFI.� Telephone inquiries will not be accepted or acknowledged, responses will not be returned, and no feedback or evaluation will be provided to companies regarding their submissions. The U.S. Army Contracting Command, Aberdeen Proving Ground (ACC-APG), Division C, is issuing this RFI as a means of conducting market research to: research possible contract vehicles, determine if two or more small businesses can accomplish this work, generate interest within industry and refine the Government�s PWS.� Product Director (Aerostats), located at Aberdeen Proving Ground, is seeking sources to provide SETA support to provide program management, engineering, logistics, business operations, security support services, foreign military sales and financial management support. The estimated period of performance is 60 months commencing in May 2024.� The anticipated contract type is cost-plus-fixed-fee. The Government is considering utilizing North American Industry Classification System (NAICS) code 541614 � Process, Physical Distribution and Logistics Consulting Services. If there are any other NAICS which businesses believe appropriate for the contemplated effort, please provide input and basis in your response.� Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in regards to this NAICS codes in their capabilities statement.� If businesses are currently performing these efforts under a Multiple Award Contract (MAC) Indefinite Delivery Indefinite Quantity (IDIQ) contract for which this effort would be within scope, please identify the contract vehicle and provide the applicable NAICS code and your business size in relation to that NAICS code. PD Aerostats is determining the availability and technical capability of potential offerors to provide SETA support for the following programs: Persistent Surveillance System Tethered: Persistent Threat Detection System; Persistent Ground Surveillance System; Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance and Reconnaissance and the Joint Combat Identification Marking System. A copy of the draft performance work statement (PWS) and PWS Addendum is included for review and comment. If interested please provide a capability statement that addresses the following in relation to the draft PWS� scope of work: � ��������������������������������������������������������������������������� a. Company name, address, email address, Web site address, telephone number, organization size, and type of ownership for the organization. b. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.� Supporting documentation is not included in the 10 page capabilities statement.� If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. c. Responses to the following questions surrounding the PWS are below: 1. What contract type would you recommend as appropriate for this action? 2. What comments or questions would you need answered to appropriately bid to this effort? 3. Presuming a five (5) year period of performance for this effort, what concerns or requests for clarity do you have with respect to the support identified? 4. What experience does your company have in relation to the requirements of this PWS (IT support, operations, logistics, training, maintenance, and sustainment, human resources, budget analysis, security & acquisition analysis, etc.). If you are not interested in all functional areas, what areas would you be interested in supporting? 5. Describe your company�s experience with Army or DoD PEO, program or product offices. If applicable, what organizations did you support and when was it performed? Provide contract number(s), issuing organization, contracting officer, and contract information, award amounts and whether or not you were a prime or subcontractor. If you were a subcontractor what percentage of the work did you provide. 6. What industry standards, certifications, and/or accreditations does your company have for quality control and management (e.g. CMMI, ISO 9001, ISO 17025, NADCAP, etc.)? Provide a list of any exclusions.� What tools does your company use to manage subcontractors, risk, schedule, and cost. 7. Do you have a facility clearance?� If so, what level of clearance? 8. Are you currently an IDIQ contract holder? if so please identify what contracts you hold and under what NAICS code. d. Responses to the following Small Business Questions (Not included in page count) ��������� 1. Does your company currently identify as a small business for: NAICS code 541614 NAICS code 541990 NAICS code 541330 Interested parties are requested to submit a capabilities statement of no more than 10 pages in length utilizing Arial font of not less than 10 pitch in either Microsoft Word or Portable Document Format (.pdf).� Files must be unclassified, include �Response to RFI Number W56KGY-22-R-SETA_AEROSTATS� in the subject line, and cannot exceed five megabytes in size.� The deadline for response to this request is no later than 5 pm, EDT, 2 Oct 2022. All responses and any questions related to this RFI must be e-mailed to both Jennifer Mattessino, Jennifer.L.Mattessino.civ@army.mil and Mark Entwistle, Mark.W.Entwistle.civ@army.mil. Telephonic inquiries will not be accepted. ��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ff72b3b7ec3b454a9f641a0879eb3fdb/view)
- Place of Performance
- Address: Abell, MD, USA
- Country: USA
- Country: USA
- Record
- SN06451234-F 20220903/220901230129 (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 |