SOURCES SOUGHT
R -- Space and Missile Defense Initiatives Support II (SMDIS II) Scientific, Engineering and Technical Assistance (SETA) Program
- Notice Date
- 2/3/2004
- Notice Type
- Sources Sought
- Contracting Office
- US Army Space Command, ATTN: SMDC-AR-CM, 1670 North Newport Road, Suite 211, Colorado Springs, CO 80916-2749
- ZIP Code
- 80916-2749
- Solicitation Number
- W91260-04-R-0001
- Response Due
- 12/31/2003
- Archive Date
- 2/29/2004
- Point of Contact
- Janet Schwarzbart, 719-554-1965
- E-Mail Address
-
Email your questions to US Army Space Command
(janet.schwarzbart@arspace.army.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- NA The Army Space and Missile Defense Command (SMDC)/Army Strategic Command (ARSTRAT) Colorado Springs (formerly U.S. Army Space Command) is announcing the Space and Missile Defense Initiatives Support II (SMDIS II) contract acquisition. The purpose of this sources sought announcement is to: 1) provide initial notification of the Governments intent to recompete the Space and Missile Defense Initiatives Support (SMDIS) multiple award contracts and provide general acquisition information; 2) provide informatio n on the Governments intent to utilize market research, in particular one-on-one meetings with industry, to obtain industry feed-back for potential incorporation into the SMDIS II acquisition strategy and solicitation; and, 3) provide information on how an d where the Government intends to post information pertaining to the SMDIS II acquisition. The Government intends to release a solicitation for the award of multiple contracts for Scientific, Engineering, and Technical Assistance (SETA) services to Government agencies involved in the Space, Homeland Defense, and Missile Defense arenas. The resu ltant contracts shall support all functional areas of the contract Statement of Work (SOW); tasks include, but are not limited to: vision statements and doctrine; development of architectures; and, the provision of program support (e.g., planning, develop ment, fielding documentation, modeling and simulation, system analysis and integration, integrated logistics support, development of strategy, support to the warfighter, contingency and mission support, program oversight, independent verification validatio n and test evaluation, prototype development, sustainment and operation, and analysis of emerging technologies.) Potential areas of growth are envisioned to be in the areas of: Command, Control, Communications, Computers, Intelligence, Surveillance, and Re connaissance (C4ISR); Space; Missile Defense; Information Operations (IO); Global Strike; Infrastructure, Organization Analysis, and Evaluations; Intelligence Requirements; Systems Engineering and Systems Integration Analysis; Simulation and Modeling Devel opment; Rapid Prototyping and Limited Development; Software Development, Network Development, and Information Systems Support; Integrated Logistics Support; Emerging Technologies Analysis; Quick Response Support; Meetings and Conference Organization Suppor t; Staff Support; and Blue Force Tracking. The resultant contracts will include a base period of one year with four one-year options, with a total contract maximum of $300 million. The Government intends to utilize the North American Industry Classification System (NAICS) Code and size standard of 541710 and 1,000 employees for establishing the Small Business Size Standard. Further, the Government intends to utilize a Cost-Plus Fixed Fee contract type for the resultant contract awards. The acquisition will be tailored to minimize the time it takes to satisfy the identified Government requirement commensurate with risk, common sense, and sound business practices. The acquisition strategy will include: concurrent performance of milestone requirements (i.e. drafting of SOW, Source Selection Plan, publishing the synopsis, and drafting the Acquisition Plan); inclusion of industry to develop a positive business alliance through the issuance of a draft statement of work (SOW) and draft Request for Proposals (RFP); the scheduling of two sets of One-On-One sessions with industry for the gathering of market research and industry feedback throughout the acquisition process; the inclusion of performance standards in the Performance-Based SOW; and, t he utilization of contractor formats with regard to quality assurance plans, test and configuration control plans and procedures, and deliverable formats and content. The Government anticipates the award of two contracts to satisfy this requirement based upon past experience with the SIS and SMDIS programs. It is anticipated that one award will be a set-aside for Small Business concerns and the other will be conducted under full and open competition. For the full and open competition, the Government anticipates that minimum acceptable subcontracting goals and dollars on this requ irement expressed as a percentage of total planned subcontracts will be established and evaluation will include the extent and type of subcontracting proposed. In order to ensure the utilization of best commercial practices, maximization of competition, and achievement of cost efficiencies throughout the acquisition process, the Government intends to conduct the following market research activities: 1. Release of draft SOW: the Government will release a draft SOW for industry comment on or about 7 November 2003. The draft SOW will be posted on the SMDC/ARSTRAT internet website at http://www.armyspace.army.mil. All industry comments pertaining to th e draft SOW shall be submitted via email to janet.schwarzbart@arspace.army.mil and gordon.baxendale@arspace.army.mil. The due date for Government receipt of industry comments pertaining to the draft SOW shall be provided via the SMDC/ARSTRAT internet webs ite. 2. Conduct Market Research One-on-One Sessions with Industry: the Government intends to conduct an initial round of one-on-one sessions with industry on 19 and 20 November 2003. The initial one-on-one sessions will not be a forum for the Government to pr ovide acquisition or program information to industry, but rather a means for the Government to conduct market research by obtaining industry comments and recommendations on various issues pertaining to the acquisition. The discussions held at the one-on-o nes will not be recorded nor published subsequently. All pertinent recommendations and comments will be incorporated, as appropriate, into the Governments acquisition strategy and draft Request for Proposal (RFP). The one-on-one sessions will be limited to four one-hour meetings per day and will be scheduled on a first-come, first-served basis. The SMDC/ARSTRAT internet website (http://www.armyspace.army.mil) will also contain information on the one-on-one sessions, and will be the means by which interes ted contractors reserve their appointment for a one-on-one meeting. The following is a list of the topics for which the Government requests industry input at the one-on-one sessions: a) the potential inclusion of the Organizational Conflict of Interest (OCI) restriction on other SMDC/ARSTRAT prime contractors being excluded from competing as a prime contractor on the SMDIS II program; b) the scope of the Draft SOW; c) the personnel categories and personnel qualifications contained in the draft SOW (i.e., are they consistent with industry practices/standards); d) the focus of the draft SOW in regards to the relationship between the SMDIS II program and other SMDC/ARSTRAT multiple-award programs (e.g., STARS and COMETS); e) the performance standards contained in the draft SOW; f) the Governments proposed use of a cost-plus-fixed fee contract type; g) the use or non-use of oral presentations as part of the proposal and evaluation phase of the acquisition; h) the use of sample task orders vice actual task orders to be awarded with the basic contract award; i) the use of a single or reduced Contract Line Item Numbering (CLIN) structure to lessen the need for administrative task order modifications; j) the benefit to SMDC/ARSTRAT of contractor marketed efforts and procedures to ensure Federal Acquisition Regulation requirements (FAR 16.505) concerning competition of task orders under multiple award contracts are satisfied; k) the use of an SMDC/ARSTRAT Fee-for-Service on task orders placed under the contracts for customers outside of SMDC; and, l) any additional industry recommendations to reduce contract bid and proposal costs and/or streamline the acquisition process. 3. Release of Draft RFP: the Government intends to release a draft RFP for industry comment in the late January or early February 2004 timeframe. The draft RFP will be posted on the SMDC/ARSTRAT internet website at http://www.armyspace.army.mil. All industry comments pertaining to the draft RFP shall be submitted in writing. The due date for submission of industry comments pertaining to the draft RFP shall be established at a later date and posted with the release of the draft RFP on the SMDC/ARSRAT internet website. 4. Conduct Second Round of One-on-One Sessions with Industry: the Government intends to conduct a second round of one-on-one sessions with industry after release of the draft RFP and prior to the release of the final RFP. The Government intends to hold t his second round of one-on-one meetings sometime in the mid February 2004 timeframe. These one-on-one meetings will be an opportunity for interested contractors to ask questions of the Government and provide any final comments and/or recommendations relat ed to the SMDIS II solicitation and SOW, prior to finalization of the formal RFP. As with the initial one-on-one industry sessions, these discussions will not be recorded nor published subsequently. All pertinent recommendations and comments will be inco rporated, as appropriate, into the final RFP, with an outline of the changes made from the draft RFP to the final RFP. Again, these one-on-one sessions will be limited to four one-hour meetings per day and will be scheduled on a first-come, first-served b asis. As additional information becomes available, it will be posted to the SMDC/ARSTRAT internet website at http://www.armyspace.army.mil. As stated above, all information pertaining to the SMDIS II acquisition, related market research activities, milestone schedule and formal solicitation documents will be posted to the SMDC/ARSTRAT internet website at (http://www.armyspace.army.mil), as the y become available. No hard copies of the solicitation documents shall be distributed. Additionally, the Government will include a link within the website to provide an electronic library of historical information relating to the current SMDIS contracts (e.g., a sanitized copy of an existing SMDIS contract and historical task orders). To the greatest extent possible, this acquisition shall be paperless. As such, it will be incumbent upon interested parties to periodically monitor the SMDC/ARSTRAT intern et website for updated acquisition information and documents. Additionally, the Government will include a link on the website for interested parties to register and obtain information pertaining to other interested parties for the purpose of establishing potential teaming arrangements. Please note that all subsequent synopsis information will be posted to both the SMDC/ARSTRAT internet website, as well as the Army Single Face To Industry internet website at https://acquisition.army.mil/asfi. Points of Contact for the SMDIS II acquisition are as follows: Janet L. Schwarzbart (SMDC/ARSTRAT) DSN: 692-1965 Contract Specialist COMM: (719) 554-1965 Email: janet.schwarzbart@arspace.army.mil Mary L. Gorman (SMDC/ARSTRAT) DSN: 692-1960 Contracting Officer COMM: (719) 554-1960 Email: mary.gorman@arspace.army.mil Gordon M. Baxendale (SMDC/ARSTRAT) DSN 692-2187 Program Manager COMM (719) 554-2187 Email: gordon.baxendale@arspace.army.mil
- Place of Performance
- Address: SMDC/ARSTRAT ATTN: SMDC-CM-S, 350 Vandenberg Street, Building 3 Peterson AFB CO
- Zip Code: 80914-4914
- Country: US
- Zip Code: 80914-4914
- Record
- SN00515004-W 20040205/040203212415 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |