SOLICITATION NOTICE
R -- TEAMS-Next Facilities, Logistics, Environmental (FLE)
- Notice Date
- 1/26/2021 9:06:39 AM
- Notice Type
- Presolicitation
- NAICS
- 54133
—
- Contracting Office
- MISSILE DEFENSE AGENCY (MDA) HUNTSVILLE AL 35898 USA
- ZIP Code
- 35898
- Solicitation Number
- HQ0858-21-R-0010
- Response Due
- 1/8/2021 2:00:00 PM
- Archive Date
- 05/01/2021
- Point of Contact
- Laura Mabe, Phone: 256.361.3705, TN-FLE@mda.mil
- E-Mail Address
-
laura.mabe@mda.mil, TN-FLE@mda.mil
(laura.mabe@mda.mil, TN-FLE@mda.mil)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Pre-Solicitation Notice HQ0858-21-R-0010 Facilities, Logistics, and Environmental (FLE) 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 MDA with advisory and assistance services supporting facilities sustainment and operations, logistics, and environmental management functional areas.� The facilities sustainment and operations services include, but are not limited to, communication with internal and external customers and service providers, policy and plans review and update, coordination and support of emergency preparedness and building continuity, project management support, operations and maintenance oversight and coordination, and support for facility condition assessment and reporting for Missile Defense System (MDS) buildings.� This support is required by the MDA Facilities Operations (MSF) Directorate.� Requirements include assisting with customer and end-user communications about space, services, and cost, as well as supporting the planning and programming for operational requirements to ensure facility availability; support corporate and regulatory compliance for facility operations and sustainment; support and assist in the oversight and management of all aspects of facility operations to create an optimal, safe and cost effective environment for the building occupants.� These requirements include, but are not limited to, development and planning, and oversight of the facility systems maintenance, development of project scopes, designs, planning documents, and oversight for repair and alteration projects of real property including minor construction; support the development and coordination of the facility assessment program in support of facilities life-cycle management including sustainment and disposal; building operations planning, coordination, and oversight; move coordination and space management; interior design support including National Fire Protection Association (NFPA), Unified Facility Criteria (UFC), and Americans with Disabilities Act (ADA) compliance. � Additionally, support services are required to meet logistics requirements and provide associated product support for the Missile Defense Agency (MDA) Missile Defense System (MDS) Life-Cycle Management Directorate (LM) and effectively design, develop, acquire and apply the 12 Integrated Product Support (IPS) elements to ensure MDS mission success.� This support covers all geographically dispersed locations identified in this Statement of Work (SOW) to include future hypersonic systems support.� The requirements in this SOW include supporting the acquisition development, implementation, deployment, sustainment, and assessment of processes, procedures, plans and policies to acquire and sustain the MDS throughout the Integrated Defense Acquisition, Technology, and Logistics Life Cycle Management System.� This includes supporting the assigned Hypersonic Defense Weapon Systems (HDWS) and IPS elements in accordance with (IAW) applicable MDA and Department of Defense (DoD) regulatory, statutory, laws, policies, directives and compliance guidelines.� This support also enhances the development of enterprise and program (element-specific) policies, plans, processes, procedures; the implementation of guidance; and the interpretation of internal and external agency regulations, policies, directives, and other related documents.� This SOW supports the Missile Defense Agency's (MDA) mission to develop, test, and field an integrated, layered, Missile Defense System (MDS) to defend the United States (U.S.), its deployed forces, allies, and friends against all ranges of enemy ballistic missiles in all phases of flight.� The types of support required includes: 1) engineering and technical support; 2) studies, analyses, and evaluations, and 3) management and professional services. � Lastly, support services are needed to provide comprehensive environmental management support to the MDA to include regulatory environmental compliance, environmental impact analysis, planning, policy and strategy development, sustainability, conservation, and related technical assistance including such support to all agency missions, weapons systems acquisition, development, testing, deployment, and fielding at geographically dispersed locations worldwide.� The requirements in this contract include, but are not limited to, support for: (1) Maintenance and implementation of the MDA environmental management program (EMP) including development of agency policies, procedures, and internal controls; (2) Development, application, and management of programs for environmental restoration, sustainability, conservation, permitting, and pollution prevention including sustainability issues, initiatives, and reporting requirements; (3) National Environmental Policy Act and other environmental regulatory compliance.� Subject matter expertise and technical reach back support for issues related to environmental planning, management, and agency wide compliance with federal, state, local, DoD, installation, and host nation regulations to include permitting requirements. � This requirement will be solicited as a competitive Service-Disabled Veteran-Owned Small Business (SDVOSB) using source selection procedures in FAR Part 15.� The North American Industry Classification System (NAICS) code for this acquisition will be 541330 (Engineering Services) and the Small Business Size Standard will be $41.5M.� It is anticipated that the award will result in a single, Cost-Plus-Fixed-Fee (CPFF) contract for a base period of 3-years, two 1-year options, and one 6-month option.� This requirement will use best value trade off procedures in determining the successful offer. The places of performance primarily include: Fort Belvoir, VA; Huntsville, AL; Dahlgren, VA; Schreiver AFB, CO; National Capital Region (NCR); Fort Bliss, TX; HAFB, HI; Clear AFB, AK; Colorado Springs, CO; Peterson AFB, CO; Fort Greely, AK; Vandenberg AFB, CA; Joint Base Elmendorf-Richardson, AK; Wake Island; Pacific Missile Range Facility, HI; and Kirtland AFB, NM. � It is anticipated that the solicitation will be posted to the beta.SAM.gov website 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. � 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 website 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 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. � 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/. � The Government intends to hold one-on-one meetings with industry covering the FLE solicitation.� These meetings will be limited to 30 minutes and will be held via Skype or teleconference.� Please submit a request NLT close of business on January 8, 2021 at TN-FLE@mda.mil to schedule a session with your company.� The Government prefers to meet with prime Offerors only.� Questions and MDA responses to questions asked during the one-on-one meetings will be posted on beta.SAM.gov. � Any questions must be emailed to:� TN-FLE@mda.mil no later than January 8, 2021. Approved for Public Release������ 20-MDA-10653 (15 Dec 20)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/96ccfe9b6c664b99ae6bef6f2a7530e1/view)
- Place of Performance
- Address: Redstone Arsenal, AL 35898, USA
- Zip Code: 35898
- Country: USA
- Zip Code: 35898
- Record
- SN05900012-F 20210128/210126230105 (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 |