SOURCES SOUGHT
99 -- RANGE SAFETY SUPPORT SERVICES for U.S. Army Space and Missile Defense Command-Technical Center, Ronald Reagan Test Site (USASMDC-TC, RTS)
- Notice Date
- 1/28/2020 11:36:11 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5000 USA
- ZIP Code
- 35898-5000
- Solicitation Number
- W9113M-20-R-RSSS
- Response Due
- 2/11/2020 10:30:00 AM
- Archive Date
- 02/11/2022
- Point of Contact
- Summer L. McDermott, Phone: 256-955-5838, Tiffany N. Kimbrough, Phone: 256-955-6018
- E-Mail Address
-
summer.l.mcdermott2.civ@mail.mil, tiffany.n.kimbrough.civ@mail.mil
(summer.l.mcdermott2.civ@mail.mil, tiffany.n.kimbrough.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- In accordance with Federal Acquisition Regulation Part 10, as part of market research this SOURCES SOUGHT NOTICE is issued for INFORMATION AND PLANNING PURPOSES ONLY. This is not a SOLICITATION. This is NOT a request for proposal and is not to be construed as a commitment by the Government to evaluate or purchase any goods or services. The Government will neither reimburse for information requested nor will it compensate any respondent for any costs incurred in developing information or materials furnished in response to this sources sought notice. Information received as a result of this notice will become part of the Government�s market research and will be used to determine interest and capability of potential sources. Proprietary information will be protected to the greatest extent provided by law. PARTICIPATION FROM THIS NOTICE DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT DESCRIPTION: On behalf of the U.S. Army Space and Missile Defense Command (USASMDC), the Army Contracting Command-Redstone, Missile Defense, and Special Programs (ACC-RSA SMD/SP) Directorate, is seeking potential sources with the capabilities to satisfy recurring range safety requirements in support of the USASMDC Technical Center, Reagan Test Site (RTS). RTS is a Department of Defense (DoD) Major Range and Test Facility Base activity, which executes and reports on theater and strategic offensive and defensive ballistic missile testing; and supports space operations and experiments executed in Kwajalein Atoll, Republic of Marshall Islands and Huntsville, Alabama. RTS operations require use of a wide array of highly sophisticated radar, telemetry, and optical sensors to meet the needs of the DoD in defending the Nation and its interests. RTS has a continuing need for range safety analysis as it pertains to risk management and mission planning, which must follow strict guidance outlined in the Range Commanders Council-321 (RCC-321), Common Risk Standards for National Test Ranges, and its supplemental materials. Ensuring public safety is an important aspect of mission planning and execution of missile testing. As missile capabilities and ranges have increased, it has become more challenging to develop test scenarios that meet both mission test objectives while ensuring public safety. As a result, there is an increased dependence upon flight safety analysis and probabilistic risk modeling as part of the mission planning processes. Calculating the risks outlined in RCC-321 requires the contractor to possess and demonstrate in-depth knowledge of RTS range assets, surrounding populations, and each test vehicle. Flight safety analysis must be completed on software programs that have sufficient documentation showing verification and validation; or pedigree from use at other RCC member ranges. Additionally, contractor support will encompass general systems engineering support to assist the Government in performing modernization studies, research studies, training, mission test planning, mission execution and program management activities. It is anticipated that the resulting contract will be awarded no later than 01 March 2021 with an acquisition approach of an overall five year period of performance (three year base period and one, two year option period), small-business set aside �D� type contract valued below $6.3M. It is anticipated that the resulting contact will include the following requirements (see also accompanying draft performance work statement [PWS]): Flight Safety Analysis Support (PWS Paragraph 4.1); Ground Safety Support (PWS Paragraph 4.2); Modeling, Simulation, and Mission Planning Tools Development (PWS Paragraph 4.3); and General Technical Support (PWS Paragraph 4.4). CAPABILITY: It is anticipated that the acquisition strategy will remain as a small business set-aside because previous contracts have successfully been awarded as small business set-asides. Therefore, this sources sought notice is restricted to small business firms that meet the NAICS and size standard of 541330 (Engineering Services) with a size standard of $41.5 Million for Engineering Services--Military and Aerospace Equipment and Military Weapons (state company business size status in response). Interested sources shall provide the following in a PDF or MS Word format (note that proprietary processes or data must be clearly marked): (1) Capability Statement (limited to 8 pages in length [note that one side of a page counts as one page], singled-spaced, Arial 12 point font minimum) to include: (a) company name, address, company DUNS number and CAGE code; (b) primary point of contact (POC) with current phone number and email address; (c) positive assertion indicating registration in the System for Award Management (SAM) database (https://www.sam.gov/); and (d) demonstrate the capability to perform the requirement and ability to provide adequate resources (e.g., personnel, facilities, etc.) to perform the PWS accompanying this sources sought notice. (2) Relevant Experience (limited to 5 pages [note that one side of a page counts as one page], singled-spaced, Arial 12 point font minimum) to include: (a) projects of similar size, scope and complexity performed within the last three years; (b) contract number and dollar value of the projects discussed in (2)(a); (c) state whether the relevant experience performed was/is as the prime contractor or as a subcontractor for the projects discussed in (2)(a); (d) Government/Agency POC with current phone number and email address for the projects discussed in (2)(a); and (e) a brief description of how each contract for the projects discussed in (2)(a) is relevant to the accompanying draft PWS Paragraph 4.1 through PWS Paragraph 4.4. (3) Contractor�s expertise in providing services to OCONUS (limited to two pages [note that one side of a page counts as one page], singled-spaced, Arial 12 point font minimum). (4) The contractor shall be able to store and process information up to the SECRET level. The contractor personnel shall be able to perform flight safety analysis classified up to the TOP SECRET level. At a minimum, the lead analyst shall be required to obtain a TOP SECRET clearance. Contractor shall address its capability and ability to satisfy the stated security clearance requirements (limited to two pages [note that one side of a page counts as one page], singled-spaced, Arial 12 point font minimum). (5) NAICS code identified is 541330 (Engineering Services) with a size standard of $41.5 Million for Engineering Services--Military and Aerospace Equipment and Military Weapons (state company business size status in response). Contractor shall affirm that it meets the stated NAICS code and size standard. All interested parties capable of providing the services described above and in the accompanying draft PWS are encouraged to respond to this sources sought notice via email by submitting their responses to Summer L. McDermott at summer.l.mcdermott2.civ@mail.mil and Tiffany N. Kimbrough at tiffany.n.kimbrough.civ@mail.mil , ACC-RSA SMD/SP, no later than 11February 2020, 1230 Central Standard Time (CST). Faxes, mail, or phone calls will not be accepted. Submissions furnished will not be returned to the sender. The decision to solicit for a contract shall be solely at the Government's discretion. Respondents will not be notified of the results of any Government assessments. The information received will be utilized to assist in formulating the strategy for competitive procurements. All future correspondence related to this sources sought notice, to include a potential synopsis, will be posted on https://beta.sam.gov/.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2bf1ddded1174eed8ebd13517bad7592/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05545849-F 20200130/200128230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |