SOURCES SOUGHT
B -- Analytic and Engineering Mission Support Services - Sources Sought Industry Questions
- Notice Date
- 1/20/2016
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 761st Tank Battalion Ave., Room W103, Fort Hood, Texas, 76544-5025, United States
- ZIP Code
- 76544-5025
- Solicitation Number
- W91151-16-R-0034
- Archive Date
- 2/23/2016
- Point of Contact
- Linda Williams, Phone: 2542875468, Claudetta Smith, Phone: 254-287-6435
- E-Mail Address
-
linda.s.williams50.civ@mail.mil, claudetta.n.smith.civ@mail.mil
(linda.s.williams50.civ@mail.mil, claudetta.n.smith.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Performance Work Statement Questions for Industry THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure the U.S. Army Training and Doctrine Command (TRADOC) Analysis Center TRADOC Analysis Center (TRAC) requirement for Analytical and Engineering Mission Support Services on a small business set-aside basis, provided 2 or more qualified small businesses respond to this sources sought synopsis with information sufficient to support a set-aside. Be advised that the U.S. Government will not be able to set aside this requirement if 2 or more small businesses do not respond with information to support the set-aside. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code(s) is/are: 541511, Custom Computer Programing Services. The Small Business Size Standard is $27.5 Million. A continuing need is anticipated for the Analytical and Engineering Mission Support Services to accomplish TRAC-WSMR missions related to analysis, studies, modeling and simulation, and physical security. These services are currently being fulfilled through the current contract # W9124Q-13-D-0003. Attached is the draft Performance Work Statement (PWS) of the ongoing requirement. In response to this sources sought, please provide a capability statement that entails: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Provide information in sufficient detail experience tailored to particulars of this effort (indicate whether as a prime contractor or subcontractor) with appropriate documentation supporting claims of organizational and staff capability (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination as it pertains to the draft PWS. 4. Provide a list of the contract number(s), dollar value(s), and brief description of work previously or currently being performed, which specifically demonstrates the contractors' ability to successfully satisfy the systems engineering mission support services. 5. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 6. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 7. Responses to the enclosed "Question to Industry". 8. The capability statement shall be limited to 25 pages or less, 12 font size, left justified, with a one inch margin all-around. The document must be submitted in word or pdf format. No zipped files will be accepted. Telephone requests will not be accepted or acknowledged, and no feedback will be provided to companies regarding their submissions. 9. Responses will be reviewed to identify the firms' capability to fulfill the Government's requirements. Any information submitted by respondents to this sources sought synopsis is voluntary. 10. Submission Instructions: Interested parties who consider themselves qualified to perform the services listed above and in the attached draft PWS are invited to submit a response to this Sources Sought Notice/RFI by 12:00 PM Central on 8 February 2016. All responses under this Sources Sought Notice/RFI must be emailed to Linda Williams at linda.s.williams50.civ@mail.mil with the subject line TRAC Mission Support Sources Sought. 11. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9b341b2f17893248d0c5717da7990a97)
- Place of Performance
- Address: Bldg. 1400, White Sands Missile Range, New Mexico, 88002, United States
- Zip Code: 88002
- Zip Code: 88002
- Record
- SN03995865-W 20160122/160120234218-9b341b2f17893248d0c5717da7990a97 (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 |