Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2018 FBO #5910
SOURCES SOUGHT

R -- Market Research for Product Management Office Force Protection Systems (PdM FPS) - DRAFT PWS

Notice Date
1/26/2018
 
Notice Type
Sources Sought
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W9113M) - (SPS), 5300 Martin Rd, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W9113M-13-C-0009-P000XX
 
Archive Date
3/13/2018
 
Point of Contact
MAJ Ken Bulthuis, Phone: (256) 955-5973, Michael P. Jennings, Phone: (256) 955-5991
 
E-Mail Address
Kenneth.r.bulthuis.mil@mail.mil, michael.p.jennings.civ@mail.mil
(Kenneth.r.bulthuis.mil@mail.mil, michael.p.jennings.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
W9113M-13-C-0009 S4 DRAFT PWS INTRODUCTION/PURPOSE: This notice is issued by Army Contracting Command-Redstone Arsenal (ACC-RSA), on behalf of the Product Management Office Force Protection Systems (PdM FPS). The purpose of this notice is to conduct market research in an effort to obtain competition and identify qualified potential sources in an effort to promote full and open competition to the maximum extent practicable in accordance with (IAW) FAR Part 10, FAR Part 5 and the Competition in Contracting Act (CICA). This is not a Request for Quote (RFQ) or Request for Proposal (RFQ). No contract award will be made on the basis of any response(s) to this notice. SOURCES SOUGHT: The response(s) from this notification (market research) and information from other various sources will be used to support the agency's request for Justification and Approval (J&A) for circumstances permitting other than full and open competition IAW FAR Subpart 6.3. The agency has not yet reached a final decision and/or received approval to acquire the services as described below under other than full and open competition. FAR 6.301(d) states: When not providing for full and open competition, the contracting officer shall solicit offers from as many potential sources as practicable under the circumstances. OTHER THAN FULL AND OPEN COMPETITION: The agency has identified circumstances which may permit other than full and open competition IAW FAR 6.302-1(a)(2)(iii)-Only one responsible source and no other supplies or services will satisfy agency requirements. For DOD services may be deemed to be available only from the original source in the case of a follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in: 1) substantial duplication of cost to the Government that is not expected to be recovered through competition and/or 2) unacceptable delays in fulfilling the agency's requirements. INFORMATION REQUESTED: Interested sources shall provide sufficient detailed information and an explanation(s) to allow the agency to: 1) determine its capabilities to perform the highly specialized services, recent and relevant past performance IAW the attached draft Performance Work Statement (PWS) and the description of supplies and services listed below 2) compare the anticipated duplication of costs the government would/could expect to incur to create competition 3) provide estimated potential cost savings the interested source expects to be saved by the government and how the savings can be recovered through subsequent competition 4) provide a detailed explanation for how the interested source derived their cost savings estimates 5) describe why the proposed efforts are or maybe a reduction in the substantial cost duplication to the government 6) provide detailed information and explanation(s) to address the agency's anticipated unacceptable delays and 7) identify at least two firm schedule limitations (developed by the interested source) and the proposed procedures to mitigate government risk(s), which can be reasonably expected to be associated with this highly specialized contract requirement. This information received will be used to determine if the agency can request approval to award only to the original source in the case of a follow-on contracts for the continued provision of highly specialized services when it is likely that award to any other source would result in substantial duplication of cost to the Government that is not expected to be recovered through competition and/or unacceptable delays in fulfilling the agency's requirements. DESCRIPTION OF SUPPLIES/SERVICES: Contractor shall perform program management support, logistics support, engineering support, and Foreign Military Sales (FMS) support for persistent surveillance systems that enhance intelligence, surveillance, and reconnaissance, target acquisition, and force protection, enabling rapid situational understanding and integrated operations for worldwide contingency operations to include but not limited to United States (US) Warfighters in the US Central Command (CENTCOM), Pacific Command (PACOM), Africa Command (AFRICOM), and European Command (EUCOM) Areas of Responsibility (AORs). Contractor shall provide support to over 800 systems on and off mission residing in the Contiguous United States (CONUS) and Outside the Contiguous United States (OCONUS) locations. The systems include, but are not limited to, the following: Rapid Aerostat Initial Deployment (RAID) 80' and 107' Towers, Cerberus Long Range Tactical (LRT), Cerberus Scout, Full Motion Video (FMV), Bistatic Surveillance System (BSS), Rapid Deployment Integrated Surveillance System (RDISS), FP Suite, Persistent Surveillance System - Ground (PSS-G) Family of Systems. These systems are collectively referred to as PdM FPS Family of Systems (FOS). The PdM FPS Family of Systems (FOS) provide a highly effective and efficient 360 degree field of view to in-theater combatant commanders. The PdM FPS FOS allow combatant commanders to respond to force protection threats on forward operating bases or other designated areas deemed as an increased threat from improvised explosive device attacks. The PdM FPS FOS can be operated in a stand-alone mode, but may be integrated to interface with other sensors and communications and control technologies in order to enhance their protective capabilities for soldiers. The PdM FPS FOS fulfill the requirement for an elevated 24/7 persistent surveillance system to provide base security cells with unique, 360°, high-resolution, day and night visual surveillance capability for enhanced target recognition and situational awareness which enables timely and appropriate response options (direct air attack, indirect fire, and ground attack). The contractor shall also provide the following IAW with the PWS: Program management, programmatic support, engineering, and logistic, system support activities, analyses training, cost support and all The PdM FPS FOS configurations deployed in either the Continental United States (CONUS) or Outside Continental United States (OCONUS). ANTICIPATED PERIOD OF PERFORMANCE: Fifteen (15) months Not to Exceed twenty-four (24) months (pending approval of J&A IAW FAR 6.303 and FAR 6.304) SMALL BUSINESS: This notification will also be used to assist small business concern in obtaining prime and subcontracts IAW FAR Part 5, 19 and 26. Interested sources shall identify its business size standard based on the primary North American Industrial Classification System (NAICS) code of 541614 (verify this NAICS) and socioeconomic category IAW FAR 19 and 26. Responses may be used to develop and/or determine if small business prime and subcontracting opportunities exist. For more information, refer to http://www.sba.gov/content/tablesmall-business-size-standards: - Large Business Concern - Small Business (SB) Concern - 8(a)/Small Disadvantaged Business (SDB) - Woman-Owned Small Business - Historically Underutilized Business Zone (HUBZone) - Veteran-Owned Small Business - Service-Disabled Veteran-Owned Small Business (SDVOSB) PROCUREMENT HISTORY: The Surveillance System Supply and Support (S4) contract W9113M-13-C-0009 was awarded to Raytheon using full and open competitive procedures. The period of performance for this action was five years with a final six month option, per FAR 52.217-8. ACTIONS TO INCREASE COMPETITION: This modification will serve as a follow-on (bridge contract) in anticipation of a contract award by Army Contracting Command-Aberdeen Proving Ground (ACC-APG). That effort will include the continuation of the necessary S4 services (as described in this announcement). Interested sources both large/small prime contractors and/or subcontractors are encouraged to respond to public notices/announcements by ACC-APG. RESPONSE DUE DATE: The response date for this notice (market research) is 0900 CST on 26 February 2018. No calls will be accepted. All questions and responses shall be submitted in via email. No other method of communication is acceptable. Only written inquiries will be considered. All responses to this Sources Sought shall be submitted via clicking the "Interested Vendor" button via the government point of entry (GPE) (www.fedbizopps.com) and via e-mailing to both of the government point of contact(s) (POC): MAJ Kenneth Bulthuis, Contract Specialist, at kenneth.r.bulthuis.mil@mail.mil and Contract Specialist, Michael P. Jennings, michael.p.jennings.civ@mail.mil. Email shall contain the following subject line: SUBJECT: SOURCES SOUGHT RESPONSE FOR W9113M-13-C-0009. Interested sources must provide a response via the GPE and to both email POCs. CONFIDENTIALITY: No classified, confidential, or sensitive information, or proprietary information shall be included in your response. DISCLAIMER: THIS SOURCES SOUGHT ANNOUNCEMENT IS FOR INFORMATIONAL 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 PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3121949af206c1b58c9067c6bb505c4)
 
Place of Performance
Address: 225 PRESIDENTIAL WAY, WOBURN, Massachusetts, 01801-106, United States
 
Record
SN04800999-W 20180128/180126230853-a3121949af206c1b58c9067c6bb505c4 (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.