Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2018 FBO #5901
SOURCES SOUGHT

R -- DCIED Analytical Task Support - PWS

Notice Date
1/17/2018
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Eustis (Joint Base Langley-Eustis), Building 705, Washington Blvd, Fort Eustis, Virginia, 23604-5538, United States
 
ZIP Code
23604-5538
 
Solicitation Number
W911S7-18-R-0001
 
Point of Contact
Oscar M. Clark, Phone: 7575017937, Hatasha Hanley, Phone: 7575017258
 
E-Mail Address
oscar.m.clark.civ@mail.mil, hatasha.t.hanley.civ@mail.mil
(oscar.m.clark.civ@mail.mil, hatasha.t.hanley.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
20180117 PWS DCIED Support SOURCES SOUGHT NOTICE Counter-Improvised Explosive Device (CIED) and Explosive Hazard Analytical Task Support Subject Matter Experts THIS IS A Sources Sought Notice ONLY. This is a Sources Sought announcement only and is not a solicitation for proposals. The purpose of this announcement is to gain knowledge of potential qualified small business firms. Responses to this Source Sought will be used by the government in making appropriate acquisition decisions. The Mission and Installation Contracting Command (MICC) - Fort Eustis intends to procure contract services for the Fort Leonard Wood, Maneuver Support Center of Excellence (MSCoE), Missouri. This sources sought will be used as a market tool to aid in determining if there is sufficient interest and capability to perform the requirement. Information received in response to this notice will be used to further define the government's requirement and determine if 2 or more capable small businesses respond with information sufficient to support a small business 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), believing that they have the capability to perform all or part of the requirements are welcome to demonstrate their capabilities. A continuing need is anticipated for the Directorate for Counter Improvised Explosive Devices (DCIED), which is currently being fulfilled through current contract # W911S7-17-C-0001 under the small business set-aside program. Contractor shall review, conduct research, analyze, provide supporting documents, make recommendations, and provide written assessments on CIED materiel and non-materiel processes, concepts and strategies, CIED related documents, and C-IED doctrine. Services include participation in select CIED Working Groups (WG) and other forums. Contractor shall accomplish analytical and technical SME at these locations: U.S. Army Pacific Command (USARPACOM), Honolulu, HI; U.S. Army in Europe (USAREUR), Wiesbaden, Germany; Joint Improvised Threat Defeat Agency (JIDA), Crystal City, VA; U.S. Army Forces Command (FORSCOM), Fort Bragg, NC; TRADOC, Fort Eustis, VA; U.S. Army Combined Arms Center (CAC), Fort Leavenworth, KS; MSCoE, Fort Leonard Wood (FLW), MO; U.S. Army Maneuver Center of Excellence (MCoE), Fort Benning, GA; and U.S. Army Intelligence Center of Excellence (ICoE), Fort Huachuca, AZ. Specifically, MICC intends to gain market knowledge of potential small business sources relative to a requirement that, at this time, will be under the following NAICS Code: 541690 - Other Scientific and Technical Consulting Services Small Business Size Standard: Not to exceed $15,000,000 gross annual receipts NOTE: If, after reviewing the draft Performance Work Statement (PWS), your firm believes another NAICS code is more appropriate, provide the rationale and justification. In response to this sources sought, please provide: 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. 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 4. Capability Statement/Brief that directly demonstrate the technical and management capability to perform the requirement. The draft Performance Work statement and draft Performance Requirements Summary (PRS) are attached for reference. 5. 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, MICC Special Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015,, 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. Only small business vendors are invited to submit a capabilities statement that demonstrates their technical skills and ability to provide the services consistent with this notice. Please submit your response electronically via email by NLT 1:00 PM EDT February 1, 2018 to oscar.m.clark.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fbf039963a244ddfbaafb0c23694e461)
 
Place of Performance
Address: Fort Leonard Wood, Fort Leonard Wood, Missouri, 65473, United States
Zip Code: 65473
 
Record
SN04792257-W 20180119/180117231542-fbf039963a244ddfbaafb0c23694e461 (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.