Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2017 FBO #5860
SOURCES SOUGHT

R -- Visual Information Production Center - Sources Sought Form

Notice Date
12/7/2017
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Missile Defense Agency, MDA-DACM, 5222 Martin Road, Attn: VBII, Redstone Aersenal, Alabama, 35898, United States
 
ZIP Code
35898
 
Solicitation Number
HQ014718R0011
 
Point of Contact
Lionel E. Nadeau, Phone: 2564501168, Selena G Padgett, Phone: 2564501185
 
E-Mail Address
lionel.nadeau@mda.mil, selena.padgett@mda.mil
(lionel.nadeau@mda.mil, selena.padgett@mda.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Form 1. DESCRIPTION : The Missile Defense Agency (MDA) is seeking information from small businesses with expertise in knowledge based services to support functional and program organizations in delivering ballistic missile defense capability for the U.S. and its allies as part of the Technical, Engineering, Advisory, and Management Support (TEAMS) Visual Information Production Center (VIPC) effort. This is a sources sought to determine capability of small businesses to provide required products and/or services; therefore, only small businesses need to respond. Additionally, this Sources Sought notice is being published with an intent to promote competition. The Agency contemplates awarding a single stand-alone contract for the VIPC support requirement. Currently, it is contemplated that there will be no restrictions planned with regards to industry teaming arrangements; however, the ultimate decision will be contained in the final Request for Proposal (RFP). Interested small business concerns should complete the attached sources sought form. The completed form should be submitted with the respondent's capability statement on the instructions provided below. Interested small business concerns must be capable of performing as the prime contractor, agency or enterprise-wide, i.e., at all MDA locations. Enterprise-wide includes, but is not limited to the geographic locations of a) National Capital Region (NCR) (including Fort Belvoir, Virginia); b) Huntsville, Alabama; c) Dahlgren, Virginia; d) Colorado Springs, Colorado; e) Fort Greely, Alaska; f) Vandenberg AFB, California. 2. BACKGROUND : The MDA is an organization within the United States Government's Department of Defense responsible for developing and fielding the Ballistic Missile Defense System (BMDS) to defend the United States, its deployed forces, friends, and allies against ballistic missiles of all ranges in all phases of flight. As a subordinate unit of the Office of Secretary of Defense, Acquisition Technology and Logistics, MDA has regional operating sites located in Washington, D.C.; Huntsville, Alabama; Colorado Springs, Colorado; and Dahlgren, Virginia. The Agency is led by a 3-star military director and is comprised of approximately 8,500 military, civilian, and contractor personnel. 3. REQUIREMENTS : The MDA VIPC Office reports to the Agency's Chief of Staff (CoS) who is a member of the Director's Special Staff and Command Group. The CoS Office provides VIPC support to the Agency through quality, regionally-executed visual information and production capabilities. Services provided by VIPC include: visual information production and design; video design, production, and photography; animation and modelling; documentary (non-analytical) flight test photography and videography; VIPC administration to include operation and maintenance of high-speed video storage system; and visual information and video products support. Previous MDA procurements of similar services have been fulfilled through Competitive, FAR Part 15 procedures. This procurement will also use competitive, FAR Part 15 procedures unless a better, alternative is discovered via market research. 4. REQUESTED INFORMATION : a. Only small businesses need to respond to this request. b. Responses to this notice shall include the following: (1) Company name, address, contact, phone number, e-mail address, and CAGE code. (2) Identification of small business socio-economic category (if any) (i.e., Small Disadvantage Business, Service-Disabled Veteran-Owned Small Business, 8(a), etc.) (3) Average revenue for the last three (3) years and number of employees c. Responses should include capability statements that address demonstrated capability to perform the requirements and act as the prime contractor. The capability statement must be detailed enough to demonstrate a clear understanding of the draft performance work statement (PWS) for the effort, which will be provided upon request. d. Interested small businesses are encouraged to review this notice to become familiar with the requirements of this acquisition, and to submit a tailored capability statement that clearly details the ability to perform the functions described. The capability statement(s) must be submitted in a white paper format and shall not exceed four (4) single sided pages (single spaced, twelve (12) point font minimum, Times New Roman). e. Capability statements should address the prime contractor's strategy for satisfying the requirements for VIPC support to include teaming arrangements if proposed. Capability statements should also include supporting past performance that addresses the prime contractor's experience delivering the capability/product/service and a brief description of the scope of work your company performed. Past performance provided shall include customer information and point of contact, contract number, contract type, and contract value, role (prime or subcontractor). Past performance information should contain enough information about the activity performance for the government or public sector customer to determine relevancy to MDA's requirement. f. Companies responding to this sources sought are encouraged to suggest alternative methods for procuring the services described in the draft PWS. g. We prefer capability statements that do not include proprietary information. However, if submitted, any proprietary information should be marked as such. Companies are also advised that the government may contact those who respond to this announcement, as needed, on a one-on-one/case-by-case basis, to further clarify the information submitted. h. This Sources Sought is not a commitment to fund any requirements identified in this request. The Government will not reimburse any costs associated with the development and submission of materials in response to this request. i. This sources sought is for planning/market research purposes only. This is not a request for proposal. It does not constitute a solicitation 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 is strictly voluntary. j. The Agency is currently researching the commerciality of these services and potentially soliciting these requirements pursuant to FAR Part 12 as commercial services as defined in FAR Part 2.101. Accordingly, interested companies should include a discussion in their capability statement explaining whether or not they believe the PWS requirements meet the FAR 2.101 definition for commercial service. In your response, identify any specific requirements considered non-commercial and explain why the requirement is considered non-commercial. Companies may submit suggestions for adjusting the non-commercial requirements that would make them commercial or state that the nature of the non-commercial requirement would have no or minimal impact on the company's capability to deliver the requirement as a commercial service. While MDA will consider industry's responses, MDA will decide whether or not the requirements meet the FAR 2.101 definition for commercial service. k. Companies may also include a comment or recommendation about the NAICS code selected for this acquisition. SUBMISSIONS 1. Capability statements with the completed Sources Sought Form must be submitted to the email address TEAMS_VIPC@mda.mil with 21 calendar days from this announcement. E-mail should include the following subject line: "Capability Statement for TEAMS VIPC." 2. All responses must be received at MDA by the specified due date in order to be considered. Electronic submissions must be in Microsoft Word. The MDA will not issue paper copies of this request. Contracting Office Address: Missile Defense Agency Contracting Directorate Building 5222 Martin Road Redstone Arsenal, AL 35898-0001 Primary Point of Contact: Lee Nadeau Procuring Contracting Officer lionel.nadeau@mda.mil Phone: 256-450-1168 Response Date: December 28, 2017, 2:00pm Central Classification Code: R - Professional, administrative, and management support services NAICS Code: 541611 - Administrative Management and General Management Consulting Services Is this a Recovery and Reinvestment Act Action: No ** A draft Performance Work Statement will be provided upon request **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2e53619e7fe8fb90850750256a71443d)
 
Place of Performance
Address: Multiple locations: Washington, D.C.; Huntsville, Alabama; Colorado Springs, Colorado; and Dahlgren, Virginia, Huntsville, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04760179-W 20171209/171207231138-2e53619e7fe8fb90850750256a71443d (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.