SOLICITATION NOTICE
R -- TEAMS-Next Warfighter Operational Integration
- Notice Date
- 7/28/2020 8:26:11 AM
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
- ZIP Code
- 35898
- Solicitation Number
- HQ0858-20-R-0011
- Response Due
- 8/4/2020 3:00:00 PM
- Archive Date
- 10/24/2020
- Point of Contact
- Mara Strobel, Phone: 719-721-9206
- E-Mail Address
-
mara.strobel@mda.mil
(mara.strobel@mda.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- TEAMS-Next Warfighter Operational�Integration (Warfighter) HQ0858-20-R-0011 1. This pre-solicitation notice is posted in accordance with FAR 5.204. The Missile Defense Agency (MDA) intends to issue a solicitation to procure services to support The Warfighter Operational Integration Directorate (DW) which serves as the principal MDA interface with the Joint Staff, the Combatant Commanders (CCMDs), and the Service Departments on missile defense capabilities development and operational issues. DW is responsible for transitioning MDA developed capabilities to Military Service Departments for employment in support of Combatant Commander (CCMD) priorities to achieve effective missile defense of the homeland, deployed regional forces and allies. The Directorate also manages the CCMD and BMDS Asset Management procedures to integrate and synchronize MDA schedules for executing research, development, test, and evaluation (RDT&E), training, and sustainment activities with CCMD BMDS operational schedules as well as warfighter BMDS system verification and validation. 2. This requirement will be solicited as a�service disabled�veteran owned small business (SDVOSB) set aside�pursuant to FAR Part 19. The MDA anticipates award of a single Cost-Plus-Fixed-Fee (CPFF) type contract. The North American Industry Classification System (NAICS) code for this acquisition will be 541330 (Engineering Services) and the Small Business Size Standard will be $41.5 Million. The notional period of performance is a 3-year base, one 2-year option, and three 1-year options. This requirement will use best value trade off procedures in determining the successful offer. The places of performance primarily include: Fort Belvoir VA, Fort Drum NY, Dahlgren VA, Huntsville AL, Schriever AFB CO, Fort Greely AK, Vandenberg AFB CA, Anchorage AK, and Peterson AFB CO. 3. It is anticipated that the solicitation will be posted to the beta.SAM.gov web site at: https://beta.sam.gov/.on or about 60 days from the date of this pre- solicitation notice. The closing date of the solicitation will be 30 days from the posting date. 4. Offerors interested in submitting a proposal after the solicitation is posted to beta.SAM.gov are responsible for downloading their own copy of the solicitation from the web site and frequently monitoring the site for any amendments. MDA will not directly send Offerors the solicitation or any amendments.� It is the interested Offeror's responsibility to periodically check this website for updates. If you are interested in saving searches, following contract opportunities, requesting secure documents or signing up for an Interested Vendor List, you will need a login.gov account in beta.SAM.gov. A bidders� list will not be maintained by this office, and interested companies are requested to sign up on the �Interested Vendor List� in beta.SAM.gov. When a solicitation is issued, failure to respond to the electronically posted solicitation and associated amendments prior to the date and time set for receipt of proposals as stated in the solicitation, may render the proposal non-responsive and result in rejection of the same. The release of this synopsis and issuance of the RFP, when posted, is not a commitment by the Government to award a contract. The Government will not pay any costs incurred by a potential Offeror as a result of the posting of this synopsis or the release of the RFP, when posted. 5. Businesses interested in submitting proposals must be registered in the System for Award Management (SAM) system in accordance with FAR 4.1102. SAM is available at https://sam.gov/SAM/. For questions or comments regarding this notice, please send an email to: TN-WARFIGHTER@mda.mil. Approved for Public Release 20-MDA-10535 (22 Jul 20)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/4a9d9c8ad2444c29b20c2661250dd8d8/view)
- Place of Performance
- Address: Colorado Springs, CO 80912, USA
- Zip Code: 80912
- Country: USA
- Zip Code: 80912
- Record
- SN05735975-F 20200730/200728230139 (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 |