Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
MODIFICATION

R -- SOURCES SOUGHT REQUEST FOR INFORMATION

Notice Date
4/5/2016
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - White Sands Missile Range, 143 Crozier Street, 2nd Floor, White Sands Missile Range, New Mexico, 88002-5201, United States
 
ZIP Code
88002-5201
 
Solicitation Number
W9124Q-07-C-0504
 
Archive Date
4/30/2016
 
Point of Contact
Timothy A. Byrnes, Phone: 575-678-5413
 
E-Mail Address
timothy.a.byrnes.civ@mail.mil
(timothy.a.byrnes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT REQUEST FOR INFORMATION ONLY The US Government currently intends to extend an existing contract on a sole source basis to TRAX International, LLC, 8337 West Sunset Rd, Ste. 250, Las Vegas, NV 89113-2200, for the Mission Support Services (MSS) contract at White Sands Missile Range (WSMR), New Mexico. The proposed contract action will extend the performance period of Contract W9124Q-07-C-0504 by fifteen months under the provisions of statutory authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The estimated dollar value of this action is $92.9 million for the period of performance of 1 December 2016 through 28 February 2018. The proposed 15 month sole source extension under contract W9124Q-07-C-0504, is for the Army Test & Evaluation Command (ATEC) to provide engineering and technical services to support operation and developmental testing for Department of Defense (DoD) program offices at White Sands Missile Range (WSMR) and on occasion, at various US and overseas locations. These services consist of augmentation of the Government workforce across the functional areas of WSMR capabilities. Support ranges from operating and maintaining range instrumentation (radar, optics, telemetry, timing...), evaluation of systems under test, development and modernization of range instrumentation systems, flight safety analysis and software engineering. The US Government does not have the time to solicit, compete, evaluate and commence performance on the follow-on requirement without a significant break in service. It is anticipated that this process will take an additional 15 months past 30NOV16, the current expiration of the contract. The US Government is looking at three courses of action to address this gap in services as identified below: 1. Compete a 15 month bridge contract. The Government anticipates that there will be significant resources that will need to be expended by both the Government and all offerors in order to execute a competitive short-term bridge contract. Going with a shorter term will not alleviate any of the required documents and reviews that occur on a contract of this estimated cost and technical magnitude. In addition, there will be significant continuity of operations costs (workforce changeover, GFE transfer, long lead items...) that will jeopardize mission testing. 2. Use in-house personnel/expertise. The Government does not possess the number of resident personnel with the breath of expertise required to provide the required work products in house. There would be significant impact to mission testing. 3. Extend the current contract by 15 months on a non-competitive basis. This will allow sufficient time to solicit, evaluate and award the competitive follow-on contract without a break in service. This approach will have the least impact to Government and contractor resources and continuity of operation costs. The US Government is seeking vendors that may be able to perform this requirement in order to support a competitive procurement. Accordingly, the US Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis. In addition, 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), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. In response to this sources sought, please provide: 1. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solutions. Also 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 Sources Sought Synopsis. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 2. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, 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. 3. Identify whether your firm is interested in competing for this 15 month requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Identify how the Army can best structure this 15 month requirement to facilitate a competition, including competition among small business concerns without increasing continuity of operation costs and jeopardizing mission testing. 7. Recommendations and innovative solutions that will mitigate the barriers to competition for this short-term extension. This notice 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 US Government to contract for any supply or service. Further, the US 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 US Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive 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 NAICS code IS 541330, Engineering Services. Comments should be submitted to the contracting office by email to: Timothy.a.byrnes.civ@mail.mil, no later than 15 April 2016 at 4PM MST. Comments submitted for consideration of other methods will not be evaluated. This notice of intent is not a request for competitive quotations. A determination by the Government not to compete this proposed procurement based upon responses to this notice is solely within the discretion of the Government. Contracting Office Address: MICC - White Sands Missile Range, Directorate of Contracting, Bldg 143, 2nd Floor, Crozier Street, White Sands Missile Range, NM 88002-5201 Point of Contact(s): Timothy Byrnes, 575-678-5413
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b865c04f7719e8a12a904f585dbccdac)
 
Place of Performance
Address: WhiteSands MR, New Mexico, 88002, United States
Zip Code: 88002
 
Record
SN04072998-W 20160407/160405234445-b865c04f7719e8a12a904f585dbccdac (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.