SOURCES SOUGHT
R -- US Army Redstone Test Center Engineering Services
- Notice Date
- 8/3/2015
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Aberdeen Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
- ZIP Code
- 21005-5001
- Solicitation Number
- RTCEngineeringServicesRFI
- Point of Contact
- Major Michelle Lewis, , Erin K. Weber,
- E-Mail Address
-
michelle.a.lewis.mil@mail.mil, erin.k.weber.civ@mail.mil
(michelle.a.lewis.mil@mail.mil, erin.k.weber.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. All interested parties should send company and/or descriptive literature along with responses to the following questions and any comments/questions to Major Michelle Lewis, email michelle.a.lewis.mil@mail.mil, and Erin Weber, email erin.k.weber.civ@mail.mil or address U.S. Army Contracting Command, 4310 Boothby Hill Avenue, Aberdeen Proving Ground, MD 21005. All responses should be received No Later Than 12:00 pm EDT (noon) on 24 August 2015. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Purpose: Request for Information - The US Army Redstone Test Center (RTC), a subordinate activity of the US Army Test and Evaluation Command (ATEC), is searching for potential sources that are capable of performing Engineering Test Support Services for a new contract. The intent of this RFI is to gauge industry interest, capabilities and relevant experience to support RTC‘s major test mission areas of Aviation and Flight testing, Environmental and Component testing, and Missile and Sensor testing for the warfighter and may relate to hardware, equipment, instrumentation, infrastructure, software, or procedures and processes and all their unique program of technical data acquisition, processing, analysis, evaluation and reporting in the areas of aviation, propulsion, infrared measurements, human factors engineering, image technology, engineering performance, climatic environments, dynamic and electromagnetic environments. The preponderance of work is under the primary North American Industrial Classification System (NAICS) code of 541712. Industry Day: This acquisition will not have its own industry day for this contract; rather this requirement is planned to be briefed at the Aberdeen Proving Ground Industry Days in December 2015. Estimated Dollar Value: Not to exceed $500 Million. Estimated Period of Performance: Up to five years. Place of Contract Performance: There are multiple places of performance which are determined at the delivery/task order level; however, the majority of the work will be performed at Redstone Test Center, Alabama. Contract Type: At this time, this requirement is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract with Cost-Plus-Fixed Fee (CPFF) task orders. Award Term Incentive: The Army seeks industry's input on the structure of award-term provisions to include subjective evaluation criteria, rating structure, evaluation frequency timeline, poor performance rebuttal process, and level of performance necessary to earn an award term. Major Support Services: Perform work in fields such as aerospace, electrical, mechanical, human factors, software, and system engineering; scientific research and development; technical design, and other technical professional services. Listed below are the expected major functional areas for which contract support will be required. Interested sources must submit a package demonstrating their relevant experience and ability to provide services in this RFI. 1. Engineering Services a. General Engineering and Scientific Support. Perform engineering and scientific test services, special studies, and other technical tasks as required. The services may include research and development, design, planning, coordination, execution, and reporting on test programs. b. Flight Test Engineering. Perform engineering support for rotary wing, unmanned, and fixed wing aircraft performance and handling qualities; aircraft stability and control, airworthiness testing; aviation systems, aviation ground support systems, and aviator systems performance and airworthiness testing; engineering and data analysis; and reporting on test programs. c. Missile and Sensors Systems, Subsystems, and Component Support. Perform engineering support for developmental and integration testing of missile and aviation systems, subsystems, sensors, assemblies, subassemblies, components, and associated equipment; design of rocket propulsion units and telemetry assemblies; engineering and data analysis; quality verification testing, first article testing, reliability testing, new source testing, engineering evaluation testing, production testing and reporting on test programs. d. Environmental, Climatic and Dynamic and Electromagnetic Support. Perform engineering support for climatic, dynamic, environmental, mechanical, structural, hydraulic, pneumatic, and electromagnetic testing of systems, subsystems and components; engineering and data analysis; modeling, and simulation; operation of temperature, humidity, electromagnetic, solar and other climatic chamber operations; and reporting on test programs. e. Electronic Instrumentation. Design and implementation of instrumentation, instrumentation devices and associated software in support of Aviation, Climatic and Dynamic testing. f. Technical Test Support. Provide technical test support to various activities directly associated with developmental test, operational test, and all test support activities. g. Test Range/Facility Operations Support. Provide range support for set-up, execution, firing operations, and reporting of tests conducted at the range/facility as well as the operation of the facility and its equipment. Request for Information: Please respond to the following in Arial font size 12 in no more than 10 pages in length. 1. Please provide the following Point of Contact Information: Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: CAGE Code: 2. Organizational Conflicts of Interest (OCI): RTC is one of eight commands under ATEC responsible for both developmental and operational testing. As such, compliance with Title 10 United States Code Section 2399 and Federal Acquisition Regulation (FAR) Subpart 9.5 is a significant factor in award of this contract. The statutory OCI provision prohibits the involvement of a contractor in the operational test and evaluation of its own systems and equipment other than contractors who will support those systems in a combat deployment. In other words, contractors working on Army system development programs may not participate in ATEC support contracts for operational testing and evaluation. In order to address OCI issues early in the acquisition process, please respond to the following: a. Describe the process used to complete an enterprise review across all business and affiliates to identify any governmental developmental work performed as either a prime or subcontractor. b. If there are any potential or actual OCIs in your company, you will be required to submit a full and comprehensive OCI mitigation plan when you respond to the request for proposal. At this time, briefly discuss your OCI mitigation plan which should address each actual or potential OCI. 3. Please identify your company's size standard per the primary NAICS code of 541712. The Small Business Size Standard for this NAICS code is 1000 employees. For more information on small business, refer to http://www.sba.gov/content/table-small- business-size-standards. Large Business: Small Business (SB): 8(a): Small Disadvantaged Business (DB): Woman-Owned Small Business: Historically Underutilized Business Zone (HUBZone): Veteran-Owned Small Business: Service-Disable Veteran-Owned Small Business: 4. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question 3, then is your company intending to submit a proposal as a prime contractor? 5. Is your company capable of performing at least 50% (percent) of the work? If so, please explain how your company will perform the work. 6. Is your company prepared to assume financial liability for damages to government equipment and property incurred as a result of your performance of work under this contract? Please explain. 7. Does your company possess the capabilities to provide the entire range of services discussed in this RFI? If NO, please provide specific capabilities that you intend to provide? 8. Please provide the following information for up to 3 examples of similar work that your company has performed: a. Contract number(s). b. Aggregate dollar value of entire contract. c. Aggregate dollar value of task orders you prime on each multiple award contract. d. Number of task orders you were the prime on the multiple award contract. e. Was this work similar in scope to this RFI? 9. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. 10. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 11. Does your company have or is it capable of obtaining a TOP SECRET facility clearance? 12. Is your company able to provide employees who are US citizens and capable of obtaining a SECRET clearance? 13. Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCAA) accounting system prior to contract award? 14. Please provide additional information that you believe we should know about your company in support of this RFI. 15. As experts in your field, please provide additional comments to assist the government in this fact finding.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/80a78853aab0c314be32dea14506cc5f)
- Record
- SN03821553-W 20150805/150803235611-80a78853aab0c314be32dea14506cc5f (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 |