Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2023 SAM #7836
SOLICITATION NOTICE

R -- Tropic Test Support Services

Notice Date
5/10/2023 5:02:36 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
 
ZIP Code
85365-9498
 
Solicitation Number
PANMCC-23-P-0000014618
 
Response Due
5/31/2023 10:00:00 AM
 
Point of Contact
Amanda Ramirez, Phone: 9283284146, Teresa Dinwiddie, Phone: 9283282357, Fax: 9283286534
 
E-Mail Address
amanda.m.ramirez24.civ@army.mil, Teresa.v.dinwiddie.civ@army.mil
(amanda.m.ramirez24.civ@army.mil, Teresa.v.dinwiddie.civ@army.mil)
 
Description
�Procurement Office: The Mission and Installation Contracting Command (MICC), Yuma Proving ground (MICC-YPG), is currently conducting market research to attempt to bolster government and industry coordination as well as partnership in supporting the Tropic test Support Services (TTSS) at various locations including, Panama, Honduras, and Suriname. Refer to Attachment 1-Draft Tropic Test Support Services Performance Work Statement. THIS REQUEST FOR INFORMATION (RFI) is solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future. Further, MICC is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs are associated with responding to this RFI will be solely at the interested party�s expense. The Government is interested in any input from the small business community as well as questions regarding the requirement. We encourage all small businesses, in all socioeconomic categories (including:8(a) Business Development Program, Small Disadvantaged Businesses, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. INFORMATION: Proposed work to be performed is anticipated to be classified under the following North American Industry Classification (NAICS) 541330 (Engineering Services), which was considered and selected as it comprises of establishments primarily engaged in applying physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, structures, processes, and systems. �The assignments undertaken by these establishments may involve any of the following activities: provision of advice, preparation of feasibility studies, preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects, and related services. The associated SBA size standard for the referenced NAICS is $25.5 million. MICC-YPG anticipates soliciting and awarding a single award Indefinite Delivery, Indefinite Quantity (IDIQ) Cost Plus Fixed Fee contract using acquisition procedures in accordance with Federal Acquisition Regulation Part 15 Contracting by Negotiation. DESCRIPTION OF SERVICES: This is a non-personal services contract to provide Tropic Test Support Services (TTSS). The Government will not exercise any supervision or control over the Contractor. The Contractor shall perform to the standards specified in the Performance Work Statement (PWS). The Contractor employees shall be accountable solely to the Contractor who, in turn shall be responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform as defined in Attachment 1 � Draft Tropic Test Support Services Performance Work Statement. Period of Performance: One Base Year plus 4 Option Years. Submission Instructions:If your firm is interested and capable of performing the work identified in the Description of Services, then please provide a response to this RFI addressing the requested information in Part I and Part II below. Ensure submissions are accurate, brief, and clear. Each response should cite the referenced area, contain the title of the area, and the company�s response (e.g., Part I (1)(a) Company Name: ABC Company). Part I. Business Information: Please provide the following business information for your company and for any teaming or joint venture partners. 1. Company Information. a. Company Name. b. Mailing Address. c. Company Website. d. Commercial and Government Entity Code (CAGE) or Unique Entity Identifier (UEI). e. Phone Number. f. Email Address. 2. Company Point of Contact. a. Name b. Title c. Mailing Address d. Email Address e. Phone Number 1. Does your company have adequate resources, necessary organization, experience, accounting and operational controls, and technical skills; or the ability to obtain them to perform the services? 2. Briefly describe the capabilities of your company and nature of the services you provide. Include a description of your staff composition and management structure. 3. Describe your company's experience on previous projects similar in size and complexity to this effort. Include contract numbers, total dollar value of the contract, contract type, a brief description of the relevant work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 4. Does your Company have policies, procedures, and practices for preparing cost estimates/price proposals that provide reasonable assurance that estimated costs are allowable, allocable, and reasonable for reimbursement under government contracts in accordance with the FAR? Does your company have a DCAA approved Cost and Accounting System (CAS)? 5. What is your approach for ensuring that rates will not deviate substantially from contract award throughout the life of the contract? 6. Describe your experience and identify your best practices in managing lags and surges in a dynamic environment while leading a large, multi-skilled, highly qualified, and flexible workforce? 7. The Government anticipates issuing Cost Plus Fixed Fee (CPFF) task orders for this effort, which may vary upon test mission workload. The Government anticipates utilizing a level of effort whereby the fixed fee will only be paid on actual hours worked. Does industry notionally concur to this approach as it relates to CPFF type task orders? 9. Provide any suggestions for improvement to the draft MTSS PWS or any recommendations not previously addressed. 10. Are services customarily available in the commercial marketplace, with modifications, or are services exclusively for governmental purposes? 11. If services are not available in the commercial marketplace, what revisions can the Government make to the PWS to allow for the commercial marketplace to submit offers? Responses to the RFI must be received no later than 11:00 AM Mountain Daylight Time (MDT) on May 31, 203. Responses must be sent via email to the following: Teresa Dinwiddie, Contracting Officer, teresa.v.dinwiddie.civ@army.mil Amanda Ramirez, Contract Specialist, Amanda.m.ramirez24.civ@army.mil Enclosed: Attachment 1 � Draft Tropic Test Support Services Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d1d8ce2dff4b426d99a64adb5faa6987/view)
 
Place of Performance
Address: PAN
Country: PAN
 
Record
SN06677903-F 20230512/230510230112 (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.