Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2024 SAM #8081
SOURCES SOUGHT

A -- Advanced Technology Support Program V (ATSP5)

Notice Date
1/10/2024 8:46:42 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
DEFENSE MICROELECTRONICS ACTIVITY MCCLELLAN CA 956522100 USA
 
ZIP Code
956522100
 
Solicitation Number
HQ072724SNR01
 
Response Due
2/8/2024 3:00:00 PM
 
Archive Date
02/23/2024
 
Point of Contact
Nicholas S Roberts, Erik Villarreal
 
E-Mail Address
nicholas.s.roberts8.civ@mail.mil, erik.a.villarreal.civ@mail.mil
(nicholas.s.roberts8.civ@mail.mil, erik.a.villarreal.civ@mail.mil)
 
Description
The Defense Microelectronics Activity (DMEA), McClellan, CA is issuing this Sources Sought Notice to find potential sources to provide support for the Advanced Technology Support Program V (ATSP5). Industry responses to this Notice will assist the Government in determining the appropriate acquisition method, and will provide the Government information about the availability of qualified companies technically capable of meeting the requirement. Information received in response to this Notice will also help the Government determine: How many potential IDIQ contracts the Government may need to issue to cover the range of services contained in this requirement; and Determine structure, phrasing and formatting of contract requirements and documents; All businesses are invited to respond to this Notice. � This Notice is relative to the North American Industry Classification System (NAICS) 541330, Engineering Services. The Small Business size standard for NAICS 541330 is $25.5 million. The anticipated Product Service Code (PSC) is AC13, National Defense R&D Services; Department of Defense � Military; Experimental Development. ATSP5 is a uniform technical and management approach that leverages advanced technologies to meet the requirements of the Department of Defense (DoD) for a quick reaction capability across the entire spectrum of technology development, acquisition, and long-term support.� This capability includes the development of appropriate solutions to keep a system operational, elevate sophistication level, or meet new threats.� These efforts may include developing components to meet the DoD�s requirements for ultra-low volumes, extending component availability, or ensuring a trusted, assured, and secure supply of microelectronics; also included will be the intelligent and rapid application of advanced technologies in new applications and to add needed performance enhancements to DoD weapon systems in response to traditional and irregular (asymmetric) threats and to the problems related to aging weapon systems.� Increasing warfighter capabilities and providing solutions to electronics support problems such as, reliability, maintainability and obsolescence are accomplished through the development and insertion of applications of advanced microelectronics technologies.� ATSP5 includes the use of state of the practice and/or legacy technologies to provide solutions. The scope of ATSP5 covers both hardware and software and includes studies, analysis, design, software, simulation, fabrication, prototyping, integration, testing, producibility, and limited production.� The scope of ATSP5 also includes the development of viable methods and procedures for using available tools and resources, strategies for resolution of replacement alternatives, and technical interchange in support of task accomplishment. � More detail can be found in the attached Performance Work Statement. Contract Type: The proposed contract is anticipated to be multiple-award indefinite delivery/indefinite quantity (IDIQ) contract. Information requested: Please provide responses to any or all of the following: Capability Statement: Vendors having the ability to provide the requirements are encouraged to submit a statement, not to exceed ten (10) pages, documenting their capabilities of meeting all of the requirements listed above, to include facilities requirements for the operation of the source, recent corporate experience in fulfilling this type of requirement, and, Company name and address, to include email address(s) and URL(s), Point of Contact (POC) name, POC telephone number and email address, Organizational Commercial and Government Entity (CAGE) code, Organizational Unique Entity Identifier (UEI) number, Business size status for the applicable NAICS code, Ability to meet the PWS requirements Does your organization have facility clearances and up to what level Does your organization have Approved Business systems? MMAS EV Estimating Property Purchasing Acconting Would your organization potentially pursue Teaming/Joint Ventures? Is your organization able to be awarded cost type contracts? If your firm cannot provide all of the listed services, please identify which will be provided by your firm directly and which would be subcontracted. (Note: FAR 52.219-14 requires that 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern, or of a similarly situated concern (i.e. SB of the same type).) IDIQ Comments - DMEA is interested in hearing industry comments on the potential structure of this IDIQ. Is there any scope that you cannot accomplish as currently written and should be separated to another contract? Is there any scope related to Advanced Technology Support and microelectronics that is not currently included in the PWS that needs to be addressed? Any other comments are welcome. Please submit comments using the track changes feature in Microsoft Word (or equivalent). Other Comments - Please provide any additional comments which can provide insight that would help DMEA with its requirements development or small business size selection. For additional information please see attachments.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a7dd418f69a243879f7e7bf858e4a336/view)
 
Place of Performance
Address: McClellan, CA 95652, USA
Zip Code: 95652
Country: USA
 
Record
SN06932563-F 20240112/240110230049 (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.