COMMERCE BUSINESS DAILY ISSUE OF AUGUST 24, 2001 PSA #2922
SOLICITATIONS
A -- SYSTEMS ENGINEERING AND TECHNICAL ASSISTANCE CONTRACT (SETAC)
- Notice Date
- August 22, 2001
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- DASG60-01-R-0003
- Response Due
- October 31, 2001
- Point of Contact
- Susan Rogers, 256-955-3439
- E-Mail Address
- US Army Space and Missile Defense Command, Deputy (susan.rogers@smdc.army.mil)
- Description
- This acquisition is for Systems Engineering and Technical Assistance to the US Army Space and Missile Defense Command (USASMDC), Huntsville and Washington DC; Program Executive Office Air and Missile Defense (PEO-AMD); National Missile Defense Joint Prog ram Office (NMDJPO); and Other Government Agencies related to space, air, and/or missile defense. The contractors will be expected to provide non-personal services for systems engineering and technical assistance in support of the Mission and Function Sta tements for organizations listed above in areas related to space, air, and/or missile defense. This support is both broad ranging and ever changing. The SETAC scope of work (SOW) is anticipated to provide for seven functional areas: Requirements Definit ion, Integration, and Planning; Technology Development, System Development, Assessment, and Validation; Threat Estimation/Projections; Weapons Lethality and Effects Estimation; Engagement Simulation and Interfacing; Program/Project Analysis, Evaluation, an d Support; and Production and Fielding Support. The advisory and assistance services will be in support of the planning, execution, and evaluation of the various mission-related tasks and projects of the organizations identified. The contractors must pro vide flexible, responsive, and high quality systems engineering and technical assistance support to fulfill the broad set of requirements contained in the SOW. The contractor will develop plans; conduct studies, independent analyses, and simulations; prov ide technological assessments; and perform related tasks in systems definition, experiments, technology demonstrations, as well as support advanced engineering development programs in the execution of these advisory and assistance services. Further, the c ontractor will evaluate, analyze, critique, and assess the adequacy, timeliness, and cost of the work performed by other systems and subsystems contractors. The contractor will also formulate and recommend alternative solutions to potential problems. Qua lified sources must have related experience and possess the wide range of experience to support the spectrum of technologies associated with air, space, and missile defense. The resultant contracts will contain an organizational conflict of interest (OCI) clause that would limit a successful offeror from participating in other USASMDC, PEO-AMD, NMDJPO, or Ballistic Missile Defense Organization (BMDO) contracts without the prior express written permission of the SETAC Contracting Officer. To the greatest e xtent possible, while still protecting the Government s interests, the OCI clause will be applied only for the supported technology areas of the contractor s actual SETAC performance. All prime contractors shall be free from any major or significant confl icts of interest relative to the overall SETAC performance. Further, all prime contractors must be able to demonstrate that it is legally, financially, managerially, and physically separate from any element of a company that itself has real or potential c onflicts between performance of SETAC and any/all other contracts. In accordance with the Federal Acquisition Streamlining Act of 1994, as modified, this acquisition will result in multiple-award contracts with an identical scope of work and quantity of d irect productive person hours (DPPHs). The Government anticipates the award of up to seven contracts: one HUBZone Set Aside; one 8(a) Set Aside; 2 Small Business Set Asides; and up to 3 full and open awards; the source selections will be made in the same order as listed above. Award of these contracts is predicated upon receipt of proposals which meet or exceed an acceptable evaluation rating and which are selected as providing the best-value to the Government , based on the evaluation areas/factors stat ed in the RFP. These contracts will be awarded as five-year indefinite delivery/indefinite quantity (ID/IQ) contracts; the Government is also considering award ing the SETACs as Award Term contracts with the potential to earn additional years over and above the base period. In no event will the contract be extended beyond a five (5) year period of performance (i.e., the contract base period of performance of t hree (3) years may be extended in one year award-term increments, up to an additional two (2) years, based on overall exceptional performance under the contract). The contract schedule will consist of line items for fixed-price labor categories and cost reimbursable travel and incidental materials. The Government does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors. Further, we do not intend to impose any restrictions on team membership afte r award. (NOTE: Regarding team membership during the proposal stage of this acquisition, all offerors will be required to identify specific team members and subcontractors; define/explain their anticipated function on the team; and justify each of the pr oposed team members in relationship to the functional areas of the SOW. All team members/subcontractors must be addressed within the Management Proposal limitations in the RFP.) In order to be considered for award, offerors must possess a TOP SECRET faci lity security clearance. This acquisition will preclude foreign participation at either the prime or subcontractor levels. Small Businesses should note the North American Industry Classification System (NAICS) Code and size standard for SETAC is 54171 an d 1,000 employees. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the con tracting officer their interest and capability to satisfy the Government s requirement with a commercial item within 15 days of this notice. Potential prime contractors are requested to provide, via email to susan.rogers@smdc.army.mil, a point of contact (POC) for subcontracting opportunities related to the SETAC acquisition; this POC s name, number, and email will be posted on the SETAC Webpage under the Interested Parties section. The RFP DASG60-01-R-0003 is scheduled to be issued on or about 10 Septemb er 2001, with a closing date on or about 31 October 2001. Additional acquisition information, as well as the RFP, when released, is/will be available at the SETAC Website, http://www.smdc.army.mil/Contracts/SETAC.html. The Contract Specialist is Ms. Susa n Rogers, SMDC-CM-CS, (256)955-3439, or e-mail susan.rogers@smdc.army.mil. No paper copies will be provided nor is a mailing list being maintained for this acquisition as the solicitation and all associated documentation will be posted at the above websit e address(es). See Note 26.
- Web Link
- Army Single Face to Industry (http://acquisition.army.mil)
- Record
- Loren Data Corp. 20010824/ASOL008.HTM (D-234 SN50V6C7)
| A - Research and Development Index
|
Issue Index |
Created on August 22, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|