SOURCES SOUGHT
A -- Systems Engineering and Technical Assistance Contract 2009 (SETAC 09)
- Notice Date
- 12/22/2008
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Space and Missile Defense Command, Deputy Commander, 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
- SETAC09-SS
- Response Due
- 1/22/2009
- Archive Date
- 3/23/2009
- Point of Contact
- Stephen Hayes, 256-955-3044<br />
- Small Business Set-Aside
- N/A
- Description
- The purpose of this sources sought synopsis is market research to gain knowledge of interest, technical capabilities and qualifications of vendors who can support this requirement as a prime contractor. The resultant acquisition approach must ensure there is adequate competition among the potential pool of responsive contractors. The type of solicitation that will be issued will depend upon the responses to this sources sought and other information available to the Government. Responses will only be accepted from those firms that are interested in being a prime contractor. Responses to this notice will be used as part of the information gathered as market research that will be used to develop the acquisition strategy for this acquisition. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT SYNOPSIS. The Government has not formalized an acquisition strategy, there is no solicitation, and there is no other information available at this time. Other than responses to this sources sought, no other responses or inquiries will be accepted. Questions regarding the scope of work or acquisition strategy will not be accepted at this time. In order to protect the procurement integrity of any future procurement, if any, that may arise from this announcement, information regarding the technical point of contact will not be given and no appointments for presentations will be made. For purposes of market research, the Government is seeking to understand the capability and capacity of all interested firms. If you are a small business, and if the Government were to set this acquisition aside for small business, you would be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting and 13 CFR 125.6 (known as the 50% rule). Rules on affiliation and joint ventures are at FAR 19.101, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6. Under the 50% rule where the preponderance of support is for services, at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime. The small business prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of ostensible subcontractor as set forth in 13 CFR 121.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth in 13 CFR 121.103(h)(3). There is no limit to the number of other team subcontractors or size status of subcontractors. Contemplated contract type: Multiple Award Indefinite Quantity, Indefinite Delivery Task Order Arrangement (number of awards anticipated to be 5-7) Anticipated period of performance: A five-year ordering period with an anticipated award date of 1 December 2009 Estimated contract ceiling: $3.0 Billion (the ceiling will be shared across all contracts awarded) Contemplated NAICS Code: 541712 with a size standard of 1,000 employees Draft synopsis of technical requirement: Support to the U.S. Army Space and Missile Defense Command/U.S. Army Forces Strategic Command (USASMDC/ARSTRAT) in advancing the Armys space and missile defense capabilities across the full spectrum of warfare from concept to warfighter including Ballistic Missile Defense (BMD) technology programs. The purpose of this acquisition is to obtain systems engineering and technical assistance for USASMDC/ARSTRAT and other associated air, space, missile defense organizations in support of their various air, space, missile defense, homeland security/homeland defense, warfighter and chemical, biological, radiological and nuclear missions as they are defined by Higher Headquarters, Congress, and the Department of Defense. The goal of these services is to ensure effective development of technologies and capabilities for defense against evolving threats; to coordinate all technology base development to maximize benefits for strategic and theater missile defense and air/space technology programs; and, to ensure programs are in statutory and regulatory compliance. Support may be required in the following major technical functions: (1) Programmatic and Business Initiatives: (2) Requirements Definition, Analysis, Integration, and Planning; (3) Concept Development and Assessment; (4) Program/Project Analysis and Assessment; (5) Threat Estimation and Projection; (6) Weapons Lethality, Survivability, Electronic Warfare and Kill Assessment and Effects Estimation; (7) Engineering and Analysis Support to Assess Technology, Models, Simulations and Prototypes; (8) Logistics Assessment; and, (9) Environmental, Treaty and Security Compliance. Materials and end-items will not be deliverable requirements. Solely minor incidental materials will be authorized to support this effort for science, engineering, advisory and assistance services. The following is information provided to permit insight into requirements that will be included in this acquisition. This information is preliminary and further information /details will be provided in the published RFP. 1. The contractor will be required to perform temporary duty (TDY) non-local travel, as required in the performance of individual task orders. The TDY destinations may include both CONUS and OCONUS locations to include possible deployment to theaters of operations. 2. Certain contractor personnel must possess TOP SECRET/Sensitive Compartmented Information (SCI) CLEARANCE and/or be eligible for immediate adjudication by the cognizant security authority upon award of the contract. These personnel will be identified in the Scope of Work published with the RFP. Future requirements for SCI-eligible personnel shall be established by individual task orders. The contractor shall have or be able to obtain a Top Secret Facility Clearance and shall possess Safeguarding Capabilities. Some task orders issued under this contract may require access to, and clearance for, Special Access Programs (SAPs) up to and including the TOP SECRET/SCI level. Some task orders will require access to Sensitive Compartmented Information (SCI). The contractor shall perform in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22M) and ensure that all classified material is handled in accordance with the latest appropriate security classification specifications. Foreign participation will not be allowed at the prime or subcontract level. 3. Performance of this anticipated effort will be subject to Organizational Conflict of Interest (OCI) provisions (see FAR Subpart 9.5). Firms performing directly or indirectly in a prime contractor, subcontractor at any tier, or consultant capacity on any system or program managed by USASMDC/ ARSTRAT or other associated air, space, and missile defense organizations may be precluded from participation in this contemplated acquisition. Furthermore, any awardee under this contemplated acquisition that provides support under an individual task order to a system or program managed by USASMDC/ARSTRAT or other associated air, space, and missile defense organizations, may be precluded from participating as a prime contractor, subcontractor at any tier, or consultant on future acquisitions directly or indirectly involving that system or program. If you believe your firm possesses the technical capability, financial, facility, equipment and personnel resources, and relevant experience/past performance to perform the type of work specified above as a prime contractor, please submit the following information. If your anticipated participation will be that of a joint venture, you must identify each joint venture participant. If participation will be that of a newly formed joint venture (formal or informal), provide the information required by items 3 through 11 for each participant in the joint venture. 1. Company name and mailing address. 2. Proposed role in this anticipated acquisition. 3. Point of contact (name, telephone number, and e-mail address). 4. Socio-economic status under the above stated NAICS (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, 8(a), Hubzone). 5. Current number of employees. 6. Average annual revenue for the past 3 calendar years. 7. Discuss the type and number of facilities that are currently available and would be proposed to be used to satisfy the scope of work (describe the type of facilities, capacity, capabilities and equipment, facilities clearance level, etc). 8. Discuss your capability to perform under each of the nine functional areas stated above, to include past experience in each of these functions. If you do not have the capability to perform under all nine functional areas, address the portions of which you do have the capability to perform AND discuss your planned approach for accomplishing the remaining functions. Note, past experience should be demonstrated for each major technical function that the prime contractor indicates the ability to perform under (in whole or in part). 9. Identify the percentage of work that you, as a prime contractor, are capable of performing in each major technical function. 10. Provide a brief summary of your companys experience and past performance within the past 3 years as a prime contractor as it relates to the magnitude and scope of this anticipated requirement. Emphasis shall be placed on your past experiences with large task/delivery order acquisitions in a competitive, multiple-award environment and which involved the management of a large pool of subcontractors/team members. Each experience provided (Government or commercial) shall include the following information: (a) name of project, (b) brief description of project, (c) contract or project number, (d) contract type, (e) client/customer point of contact (name, address, phone number, e-mail address), (f) dollar/ceiling value of the contract/project, (g) period of performance of the contract/project, (h) relevance of contract/project to requirements of this anticipated effort, (i) total number and magnitude of task orders (dollar value, duration, etc) awarded to you under the contract; and (j) total number (delineated by business size) of subcontractors/team members managed by you under the contract. 11. Discuss your firms financial capacity to prime this effort. Discuss your financial ability to support an effort of this size and scope, considering that payments may be as much as 90-120 calendar days in arrears of actual performance on multiple task orders. 12. Identify any real or potential organizational conflicts of interest that your firm may have regarding your status as a prime contractor, subcontractor at any tier, or consultant on any system or program managed by USASMDC/ ARSTRAT or other associated air, space, and missile defense organizations. Address each system and/or program separately and provide your planned approach for mitigating any conflicts. If no real or potential conflicts exist, so state. 13. If you are a small business or joint venture of small businesses under the above NAICS, discuss how your firm will meet the requirements that at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime contractor. Responses can be submitted in your own format and shall be 30 pages or less. Again, this announcement is being used solely to gather market research information. This is not a request for proposals nor will the technical capability statements be considered to be a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=22a2bedc44af16b55a52ef6a06ea2ca8&tab=core&_cview=1)
- Place of Performance
- Address: US Army Space and Missile Defense Command ATTN SMDC-RDC-ES, P.O. Box 1500 Huntsville AL<br />
- Zip Code: 35807-3801<br />
- Record
- SN01723171-W 20081224/081222215548-22a2bedc44af16b55a52ef6a06ea2ca8 (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 |