Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2022 SAM #7384
SOURCES SOUGHT

99 -- Analytical Services RFI

Notice Date
2/15/2022 6:41:14 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-19-D-0MAC
 
Response Due
2/22/2022 7:00:00 AM
 
Point of Contact
Samantha L. Hannah, Tara L. Casey
 
E-Mail Address
samantha.l.hannah2.civ@army.mil, tara.l.casey.civ@army.mil
(samantha.l.hannah2.civ@army.mil, tara.l.casey.civ@army.mil)
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) 6.302-1 and DFARS PGI 206.302-1(d). This is not a solicitation/request for proposal and no contract shall be awarded from this request. There is no solicitation package available at this time. Purpose:�The U.S. Army Combat Capabilities Development Command (DEVCOM) Data and Analysis Center (DAC) Joint Technical Coordinating Group for Munitions Effectiveness (JTCG/ME) is a joint service group whose mission is to provide the Services effectiveness data for fielded non-nuclear munitions. �The intent of this Notice is to support a pending Justification and Approval for increasing the combined ceiling of the four multiple award contracts that support the JTCG/ME analytical services program while new contracts are competed.� This notice is also intended to gauge industry interest, capability and relevant experience, in non-customer specific terms, as it relates to providing these specialized analytical services.� In accordance with FAR 6.302-1 and DFARS PGI 206.302-1(d), the contracting officer shall post a request for information or a sources sought notice, and shall include the results of this inquiry in the justification required by FAR 6.303. Description of Requirement:� These contracts provide:� 1) the description and vulnerability of enemy targets to various damage mechanisms associated with conventional weapons such as fragments, blast, conical shaped charges, linear shaped charges, self-forging fragments, armor piercing projectiles, high explosive projectiles and others and 2) weapon system effectiveness analysis including: methodology, computer simulation, data analyses, model verification and validation, documentation of models, systems effectiveness analyses and data base management systems. Task orders are competed under the four contracts as requirements arise.� This RFI is solely for the few tasks that may be awarded prior to January 2023 when the new contracts are estimated to be in place. The North American Industrial Classification System (NAICS) code is 541715 -- Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology). The small business size standard is 1,000 employees. Responses: ��All interested parties should send responses and any comments/questions to Ms. Samantha Hannah at Samantha.l.hannah2.civ@army.mil.� All responses must be received NLT 10:00 a.m. Eastern Daylight Time (EDT) February 22, 2022.�All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this RFI does not preclude participation in any future RFP.� When a solicitation for the new contracts is released in spring 2022, it will be synopsized under Contract Opportunities Section of the SAM.gov website at https://sam.gov.� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Responses which do not clearly and completely address the below series of questions will be considered as submitted for general informational purposes only. Responses to this notice must include the following information: 1. Point of Contact Information: Company: Address: Point of Contact: Phone Number: Email Address: CAGE Code: 2. Does your company possess the capabilities to provide the entire range of services called for in the above Description of Requirement? YES or NO 3. Does your company have any Organizational Conflicts of Interest? 4. Please identify your company�s size standard per the primary NAICS code of 541715 and the Small Business Size Standard of 1,000 employees. 5. Please provide the following information for up to three (3) examples of similar work that your company has performed as a prime or a sub-contractor in the following areas: a) Vulnerability Analysis and Assessments, b) effectiveness analysis and performance assessments, c) test and experiment conduct and support and d) support to current operations, publications, database, and reporting. Contract Number(s): Aggregate dollar value of entire contract: Aggregate dollar value of task orders as a prime or sub-contractor: Number of task orders as the prime or sub-contractor: Was this work similar in scope?: 6. Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCAA) accounting system? Please indicate whether you possess approval now. 7. Does your company have or is it capable of obtaining a TOP SECRET facility clearance? Please indicate whether that clearance is currently held. 8. Is your company able to provide employees who are US citizens and capable of obtaining a SECRET clearance? Please indicate if the clearances are currently held.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1e105fe46596416eb3486c960d80efb7/view)
 
Place of Performance
Address: Aberdeen Proving Ground, MD 21005, USA
Zip Code: 21005
Country: USA
 
Record
SN06243780-F 20220217/220215230117 (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 |
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.