SOURCES SOUGHT
C -- Body Armor Analysis - Draft PWS
- Notice Date
- 5/6/2016
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911NF) RTP, PO BOX 12211, RESEARCH TRIANGLE PARK, North Carolina, 27709-2211, United States
- ZIP Code
- 27709-2211
- Solicitation Number
- w911nf-16-R-0017
- Archive Date
- 5/28/2016
- Point of Contact
- Andrew Ulrich, Phone: 9195414659, Lisa Gregory-Robinson, Phone: 9195411001
- E-Mail Address
-
andrew.j.ulrich4.civ@mail.mil, lisa.m.gregory-robinson.civ@mail.mil
(andrew.j.ulrich4.civ@mail.mil, lisa.m.gregory-robinson.civ@mail.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Draft PWS (Body Armor Analysis) THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A SOLICITATION NOR REQUEST FOR PROPOSAL AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. NO BASIS FOR CLAIMS SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT NOTICE OR THE USE OF SUCH INFORMATION AS EITHER PART OF THE EVALUATION PROCESS OR IN DEVELOPING SPECIFICATIONS FOR ANY SUBSEQUENT REQUIREMENT.THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AND NO REQUESTS FOR EXTENSIONS WILL BE GRANTED. Army Contracting Command - Aberdeen Proving Ground - Research Triangle Park Division (ACC-APG-RTP) is seeking information whether a Women-Owned Small Business (WOSB) or Economically Disadvantaged Women-Owned Small Business (EDWOSB) can perform the tasks per attached draft PWS. According to FAR Part 19.15, such requirement can either be awarded on a competitive or sole source basis. The following considerations for a possible future award apply: • Type of Contract: Firm-Fixed Price (FFP) or Cost Plus Fixed Fee (CPFF) • North American Industry Classification System (NAICS): 541330 • Small Business Administration Size: $15M • Contract Length: 1 Year from Award • Vendor must be registered in the System for Award Management (SAM) REQUIRED CAPABILITIES The Contractor shall provide modeling and simulation analysis on body armor configurations and examine various injury modeling metrics to support the RDECOM-NSRDEC NAVAIR Body Armor Analysis requirement. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.3) Contract numbers and description for efforts previously accomplishments that are relevant to the attached PWS. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) provide services under a performance based service acquisition contract; 4) determine if competition exist and two or more women owned small businesses are capable of providing technically acceptable proposals ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 4 pm, EST 13 May 2016. All responses under this RFI Notice must be e-mailed to Andrew Ulrich at andrew.j.ulrich4.civ@mail.mil and Lisa Gregory-Robinson at lisa.m.gregory-robinson.civ@mail.mil. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 51% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 51% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small Women-Owned or Economically Disadvantaged Women-Owned Small Business. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of 12 months from the date of award. The contract type is anticipated to be Cost-Plus-Fixed-Fee Task Oder. Your response to this RFI, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Andrew Ulrich and Contracting Officer Lisa Gregory-Robinson, in either Microsoft Word or Portable Document Format (PDF), via email andrew.j.ulrich4.civ@mail.mil and lisa.m.gregory-robinson.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6266729bb2a15389a05b3d089e89ba31)
- Place of Performance
- Address: contractors facility, United States
- Record
- SN04108968-W 20160508/160506234544-6266729bb2a15389a05b3d089e89ba31 (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 |