SOLICITATION NOTICE
A -- Revised Synopsis for W9113M-07-R-0006 Systems Engineering and Technical Assistance Contract, SMDC/ARSTRAT
- Notice Date
- 4/19/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- 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
- W9113M-07-R-0006
- Response Due
- 6/4/2007
- Archive Date
- 8/3/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is an amendment to the previous Synopsis for W9113M-07-R-0006 that was published on 2 April 2007. * Indicates paragraphs that have been changed or added. The U.S. Army Space and Missile Defense Command/U.S. Army Forces Strategic Command (USASMDC/ARSTRAT) is the Armys premier integrator of space and missile defense capabilities and, as such, has been directed to deliver assigned Army capabilities across the full spectrum of warfare from concept to warfighter. In support of air, space, and missile defense, the USASMDC/ARSTRAT executes a requirement to fulfill advisory and assistance services under the Systems Engineering and Technical Assistance Contracts ( SETAC) program. The contractor will be expected to provide non-personal services for systems engineering and technical assistance in support of the Mission and Function Statements for the USASMDC/ARSTRAT and Other Government Agencies related to air, space , and/or missile defense. This support is both broad ranging and ever changing. The SETAC scope of work (SOW) is anticipated to have ten (10) functional areas: (1) Requirements Definition, Integration, and Planning; (2) Technology Development, System De velopment, Assessment, and Validation; (3) Threat Estimation/Projections; (4) Weapons Lethality and Effects Estimation; (5) Modeling, Simulation and Interfacing; (6) Program/Project Analysis, Evaluation, Experimentation, and Support; (7) Production and Fie lding Support; (8) Homeland Defense and Homeland Security; (9) Warfighter Support; and 10) Chemical, Biological, Radiological, and Nuclear. *The original Synopsis for W9113M-07-R-0006 was issued on 2 April 2007. The synopsis included the following statement The government reserves the right to adjust the reservations based on the outcome of the Sources Sought Validation. A Sources Sought Validation for this acquisition was issued on 15 March 2007 with responses due to the Government on 4 April 2007. As a result of the Sources Sought Validation, this acquisition will be a total small business set-aside. All awards will set-aside for small business with 2 Reserved for Woman-Owned Small Business; 1 Reserved for Service Disabled Veteran-Owned Small Business; 1 Reserved for 8(a) Business; and 3 Reserved for Small Business concerns. In the event that an 8(a), WOSB, or SDVO award cannot be made, an additional award will be added to the Small Business reservation. All small businesses will be considered for each of the small business reservation categories that apply to their company and the small business concern reservations. *The current Small Business Administrative (SBA) rules allow a set-aside when there is an expectation of two or more competitive offers from small business teams when at least 50% of the effort will be performed by the collective efforts of all small busin ess members of the team. Further information regarding teaming and joint ventures are located in the Code of Federal Regulations (13 CFR 124 and 125). This small business set-aside acquisition will result in multiple award Indefinite Delivery/Indefinite Quantity (ID/IQ) contracts with identical SOWs and numbers of Direct Productive Person-Hours (DPPHs). The contracts will consist of fixed-price labor ca tegories and cost reimbursable travel and materials line items. The period of performance for the resultant acquisition will be a five (5)-year Basic contract and there will be an option provision for the possibility of five (5) one-year extensions to the basic period of performance. The Government is planning to incl ude five (5) one-year options in the event that the statutory language preventing advisory and assistance services (A&AS) contracts from exceeding five years is revised within the basic contract period of performance. It is anticipated that the requirement s will be executed via task orders issued, based on actual customer requirements. The resultant contract will contain an organizational conflict o f interest (OCI) clause that could limit a successful proposer from participating in any other SMDC contract. To the greatest extent possible, while still protecting the Governments interests, the OCI clause will be applied only for the supported technolo gy areas of the contractors actual performance. The NAICS code for this acquisition is 541710/1000 employees. This acquisition will not be open to participation by foreign firms at either the prime or subcontract level. The expected release date of the Request for Proposal (RFP) is on or about 20 Apri l 2007. The RFP and any other documents/information will be posted and updated on the USASMDC SETAC07 website http://www.smdc.army.mil/Contracts/SETAC07.html. *This acquisition is not open to participation by foreign firms at either the prime or subcontract level. In order to be considered for award IAW Federal Acquisition Regulation (FAR) clause 52.204-2 (8/96), Security Requirements, the Contractor shall comp ly with the security regulations and procedures set forth in the National Industrial Security Program Operating Manual (NISPOM) and DD Form 254, Contract Security Classification Guide, included in the solicitation and resultant contract. NO PAPER COPIES OF THE RFP WILL BE PROVIDED NOR IS A MAILING LIST BEING MAINTAINED FOR THIS ACQUISITION AS THE RFP WILL BE POSTED ON THE ABOVE WEBSITE ADDRESS. Questions or correspondence should be directed to Ms. Melissa Mitchell, Contracting Officer, via email melissa.mitchell@smdc.army.mil or via fax (256) 955-4240. All correspondence should reference SETAC07.
- Place of Performance
- Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
- Zip Code: 35807-3801
- Country: US
- Zip Code: 35807-3801
- Record
- SN01277185-W 20070421/070419221326 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |