SOURCES SOUGHT
A -- WDTC Mission Support Services - Draft Performance Work Statement
- Notice Date
- 12/15/2017
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- 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
- W91151-17-R-0100
- Point of Contact
- Denitra I. Foy, Phone: 2542875815
- E-Mail Address
-
denitra.i.foy.civ@mail.mil
(denitra.i.foy.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement SOURCES SOUGHT SYNOPSIS WEST DESERT TEST CENTER MISSION SUPPORT SERVICES INTRODUCTION The Mission Installation Contracting Command located at Fort Hood, TX is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for West Desert Test Center Mission Support Services. The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location: Dugway Proving Grounds, Utah % On-Site Government: 100% % Off-Site Contractor: 0% DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The West Desert Test Center (WDTC) located on U.S. Army Dugway Proving Ground (DPG), Utah, is designated to assess the military value of Chemical and Biological (CB) defense systems, incendiary smoke/obscuration munitions systems, and related operational concepts. The WDTC plans, conducts, evaluates, reports, and supports Chemical/Biological (CB) and non-CB testing efforts for the Department of Defense (DoD), other federal agencies, private industries and foreign Governments (e.g., environmental assessment/impact evaluations, weapons and munitions, demilitarization, chemical energetics/homemade explosive testing, unmanned systems testing, direct and indirect fire weapons testing, hazard assessments, and technical/logistical support of operations at DPG). WDTC supports the following Divisions/Branches: (1) Operations Division, (2) Chemical Test Division, (3) Special Programs Division, (4) Data Management Division, (5) Test Support Division, (6) Meteorology Division, and (7) Biological Testing Branch. REQUIRED CAPABILITIES The Contractor shall provide services necessary to support and perform field, chamber, and laboratory test services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance-based 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. 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) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances. Contractor personnel (to include subcontractors) performing work under this contract must have the appropriate security clearance based on their duty position prior to performing work under this contract, and must maintain the level of security required for the life of the contract. The DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Top Secret or Secret Facility Clearance as appropriate. • Service Contract Act • Government Furnished Property plan. ELIGIBILITY The applicable NAICS code for this requirement is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a Small Business Size Standard of 1,000 employees. The Product Service Code is AC93, Research and Development: Defense System: Miscellaneous Defense Hard Goods - Advanced Development. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance-based Work Statement (PWS) including Personnel Qualifications Description are attached for review. (Attached) 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 2 pm, CST, 28 December 2017. All responses under this Sources Sought Notice must be e-mailed to richard.g.kim4.civ@mail.mil and denitra.i.foy.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 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% 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, CAGE Code, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Do you believe that the NAICS Code selection of 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), is the most appropriate choice for the requirement described herein? If not, please provide an alternative recommendation. 9.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The anticipated period of performance consists of a 12 month base period plus four (4) 12 month option periods, with a Phase-In Period commencing on 24 January 2019 followed by performance commencing on 24 March 2019. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Cost Plus Fixed Fee. The Level of Effort for five years is estimated at 1,804,800 man-hours, comprised of a labor-mix of the following labor categories: Program Manager, Senior Business Manager, Quality Control Manager, Property Manager, Facility Security Officer, Business Manager, Staff Accountant, Administrative Manager, Training Manager, Safety Officer, Drafter, Scientific Programmer, Computer Programmer, Principle Engineer, Senior Electronic Engineer, Senior Mechanical Engineer, Senior Test Manager, Test Manager, Project Scientist, Project Chemist, Senior Scientist, Junior Project Manager, Senior Administrative Associate, Administrative Associate, Clerk, Property Clerk, Electrician, HVAC Mechanic, Senior Electronic Technician, Electronic Technician, Senior Mechanical Technician, Mechanical Technician, GIS Technician, Weapons Technician, Gunner, Munitions Handler, Explosive Handler, Radiographer, Photographer, Audio Visual Specialist, Field Technician, Heavy Duty Equipment Operator, Flight Operations/Aviation Technician, POL/Hazardous Waste Technician, Laboratory Technician, Biological Technician, Laboratory Analyst, Welder, Training Coordinator, and Senior Administrative Associate. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email to richard.g.kim4.civ@mail.mil and denitra.i.foy.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/e89447563f2569806f123aef287f4c09)
- Record
- SN04768666-W 20171217/171215231036-e89447563f2569806f123aef287f4c09 (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 |