SOURCES SOUGHT
69 -- CENTCOM EXCON/AAR Facility Equipment Installation and Training
- Notice Date
- 2/20/2020 11:25:23 AM
- Notice Type
- Sources Sought
- NAICS
- 333318
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- W6QK ACC-ORLANDO ORLANDO FL 32826 USA
- ZIP Code
- 32826
- Solicitation Number
- W900KK-20-EXCON
- Response Due
- 3/6/2020 12:00:00 PM
- Archive Date
- 03/21/2020
- Point of Contact
- Larin S. Harris, Phone: 4072083339, KAREN D. HENDERSON, Phone: 4072083084
- E-Mail Address
-
larin.s.harris.mil@mail.mil, karen.d.henderson.civ@mail.mil
(larin.s.harris.mil@mail.mil, karen.d.henderson.civ@mail.mil)
- Description
- SOURCES SOUGHT NOTICE TECHNICAL DESCRIPTION FOR SERVICES INTRODUCTION The U.S. Army Contracting Command (ACC)-Orlando is issuing this Sources Sought Notice (SSN) on behalf of the U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI) as a means of conducting market research to identify potential sources having an interest and industry capability to support a requirement to install previously procured Multiple Integrated Laser Engagement System (MILES) Exercise Control (ExCon)/After Action Review (AAR) Equipment and conduct on-site acceptance testing for a country in the Central Command (CENTCOM) Theatre. The result of this market research will contribute to determining the method of procurement. 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. Multiple awards WILL NOT 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 US Army Central Command (CENTCOM) % 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 PEO STRI received a requirement for the installation of previously procured�� ExCon/AAR equipment (hardware and software) into the CENTCOM country�s recently completed facility.� The user experience (operation and �feel�) must be identical to the two previously fielded systems.� In addition, the equipment must interoperate with the previously fielded MILES equipment. REQUIRED CAPABILITIES The Government requires the installation of previously procured ExCon/AAR equipment into the recently completed training facility.� The previously procured equipment consists primarily of rack mounted computers, radios, and antennas.� A four (4) day Instructor/Operator refresher training course for a total of 10 contractor and military personnel will be conducted at the completion of the installation. The functionality/operation (look and feel) of the installed equipment must be identical to the previously delivered/installed ExCon/AAR equipment.� The RF communication protocols/messages must operate identically with the previously delivered MILES radios. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, CAGE Code, DUNS Number, 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: �N/A ELIGIBILITY The applicable NAICS code for this requirement is 333318 with a Small Business Size Standard of 1000 Employees.� The Product Service Code (PSC) is 6910.� Businesses of all sizes are encouraged to respond; however each respondent must clearly identify their business size in their capabilities statement. 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 3 pm, EST, 6 March 2020. All responses under this Sources Sought Notice shall be electronically submitted via email. All data received in response to this Sources Sought that is marked or designated as �corporate information� or �proprietary information� will be fully protected from any release outside the Government. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) This documentation must address at a minimum the following items: ����� 1. Your firm�s degree of familiarity and specific experience with implementation of training solutions to meet the training requirements. ����� 2. Provide a tailored capability statement addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. ����� 3. A statement indicating if your firm is a large or small business (if small, please indicate an applicable socio-economic status e.g., 8a, HUBZone, SDVOSB, WOSB, etc.) under NAICS 333318. ����� 4. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. ����� 5. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. ����� 6. The name of the business providing the capabilities statement with address, primary points of contact to include phone numbers, email, business CAGE Code and DUNS number. The estimated period of performance is six (6) months after the date of contract award. The contract type is anticipated to be Firm Fixed Price. The proposed contract is anticipated to include tasking that may require Defense Based Acquisition Insurance and hazardous duty pay. 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 to the Contract Specialist, Larin Harris, in either Microsoft word or Portable Document Format (PDF), via email larin.s.harris.civ@mail.mil, with a cc: to the Technical Point of Contact (TPOC) Assistant Program Manager, Mark Poplin at mark.poplin.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. *NOTE: If you are a small business interested in being the prime contractor for this effort, please be advised that the FAR 52.219-14 Limitations on subcontracting clause has changed.� Deviation 2019-O0003 is now in effect which adds the definition of �Similarly Situated Entity� and changes the 50% calculation for compliance with the clause.� Small business primes may now count �first tier subcontracted� work performed by similarly situated entities as if it were performed by the prime itself.� Please read the full text of the clause deviation 52.219-14 Class Deviation 2019-O0003 dates 03 DEC 2018 at https://www.acq.osd.mil/dpap/dars/class_deviations.html. To assist in our market research and determination of any applicable small business set-aside for this effort, if you are a small business interested in priming this effort and plan to utilize �similarly situated entities� to meet the Limitation on Subcontracting, please identify the name & CAGE Code of the specific firm(s) you intend to partner/subcontract with to meet the requirements as well as their SB size status under the NAICS that you as the prime would assign for their workshare.� Information regarding any planned similarly situated entity should be included in answering any questions outlined in the SSN in order to assist the government�s capability determination. Contracting Office Address: 12211 Science Drive Orlando, Florida 32826-3224 United States Primary Point of Contact: Larin Harris Contract Specialist Email: larin.s.harris.civ@mail.mil Phone: 407-208-3339 Secondary Point of Contact: Mark Poplin Technical POC Email: �mark.poplin.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4181b5754c344421a421d54b7cb4981e/view)
- Record
- SN05567596-F 20200222/200220230152 (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 |