Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2011 FBO #3340
SOURCES SOUGHT

58 -- Request for Information for Engineering and Manufacturing Development (EMD) capabilities for Space Superiority

Notice Date
1/14/2011
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
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-11-R-0004
 
Response Due
1/31/2011
 
Archive Date
4/1/2011
 
Point of Contact
Amy Aguirre, 256-955-1254
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(amy.aguirre@smdc.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The U.S. Army Space and Missile Defense Command/Army Strategic Forces Command (USASMDC/ARSTRAT) is seeking potential sources interested in and capable of performing Engineering and Manufacturing Development (EMD) for Space Superiority in a classified Top Secret SCI environment. The primary task is to develop a mobile, ground-based, tactically-centric space information superiority capability to meet joint requirements and validated U.S. Army Training and Doctrine Command (TRADOC) capability gaps. The system would maximize Commercial and Government off-the-shelf (COTS and GOTS) hardware and utilize a Modular and Open System Approach to enhance future upgrades to meet emerging/changing space capabilities. System mobility, using military tactical vehicles, will enable the system to move and maintain space superiority in support of Brigade tactical operations. The potential development contract may include completion of a preliminary design over an eighteen to twenty-four month period while building two Production Representative Systems that will be used in developmental and operational testing. The proposed effort may also include options for follow-on low density production (3-15 total systems) completed over an additional eighteen month Production cycle. Although no formal solicitation exists at this time, USASMDC/ARSTRAT is issuing this RFI to gain awareness of interest, capabilities and qualifications of all companies who could support this requirement as a prime contractor for future acquisition. All small businesses capable of providing the requirements as outlined in the RFI are invited to respond. Potential offerors will be required to have a current TS SCI facility, as well as personnel with current TS clearance that are SCI approved, for contract performance. A classified information dissemination meeting/industry day is planned for no earlier than 23 February 2011 at Redstone Arsenal in Huntsville, AL. Attendance at the conference is limited to three persons per company (one business management, one technical and one security). Personnel attending the meeting must have a current TS clearance with SCI eligibility. As a precursor to the industry day, each interested party must submit the name and phone number of the company's security point of contact to Ms. Amy Aguirre, Contracting Officer, at (256) 955-1254 no later than 31 January 2011. A best value source selection is anticipated as the method of contractor selection. Contract type has not yet been determined. The North American Industry Classification System (NAICS) Code that adequately describes the majority of the work is 334220 Space Satellites, Communications, Manufacturing with a small business size standard of 750 Employees. In accordance with Defense Federal Acquisition Regulations Supplement (DFARS), all potential offerors are reminded that Central Contractor Registration (CCR) is required. Lack of registration in the CCR will make an offeror ineligible for contract award. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Interested parties must respond to this notice to be considered for future solicitations associated with this effort. Any information provided by industry to the Government as a result of this sources sought is voluntary. Responses will not be returned. No entitlements to payment of direct or indirect cost or charges to the Government will arise as a result of contractor submission of responses or Government use of such information. The information obtained from industry responses to this notice may be used in the development of the acquisition strategy and future requests for proposal. The Government requests interested parties submit a brief description of their company's business size, business status (e.g., small business, disadvantaged, HUB zone, woman owned, service-disabled veteran-owned [SDVO]), anticipated teaming arrangements, description of secure facility or facilities, and a description of capabilities and similar efforts performed or offered to the Government or to commercial customers. Include contract magnitude and points of contact (POC) for each example provided (name of the POC, address, email, telephone number, fax number and the company's web page, if applicable). Identify the percentage of work that the company, as a prime contractor, is capable of performing. It is noted that if a future acquisition is set-aside 100% for small business, then offerors must comply with Federal Acquisition Regulation (FAR) 52.219-14, Limitations on Subcontracting, and 13 CFR 125.6 (known as the 50% rule). The firm's financial ability to support the size and scope of the requirement must also be demonstrated, including proof of adequate cash flow and verification of the company's line of credit. Companies should be advised that payment on a future contract may be as much as 90-120 calendar days in arrears. Please limit responses to not more than ten single-sided pages with text no smaller in size than 10 font. Hard copy submission to this notice is required and should be sent to: US Army Space and Missile Defense Command, ATTN: SMDC-RDC-BB/Amy Aguirre, PO Box 1500, Huntsville, AL 35807-3801. Each submission should include a CD with one electronic (virus scanned) copy of all documents contained in the submission. Replies to this announcement must be postmarked by 31 January 2011. NOTE THAT THE GOVERNMENT WILL NOT ACCEPT ELECTRONIC MAIL SUBMISSIONS. All questions or inquiries should be submitted, in writing or electronic mail, to the Government point of contact. Point of Contact: Amy Aguirre, Contracting Officer Comm: (256) 955-1254, Amy.Aguirre@smdc.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113M-11-R-0004/listing.html)
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-RDC-BB (A. Aguirre), P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
 
Record
SN02360498-W 20110116/110114234031-7e37bd30bb5b08524fec6827fffe05b8 (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 |
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.