SOURCES SOUGHT
A -- Six (6) Month Extension of the Redstone Test Center Worldwide Engineering Support Services Contract
- Notice Date
- 10/16/2023 7:06:30 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
- W91CRB17D0009P0X
- Response Due
- 10/21/2023 7:30:00 AM
- Archive Date
- 11/05/2023
- Point of Contact
- Roxanne Barbaris, Phone: 4102784425
- E-Mail Address
-
roxanne.barbaris.civ@army.mil
(roxanne.barbaris.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Notice 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 there is no solicitation package available at this time. All interested parties should send responses and any comments/questions to Contracting Officer Elizabeth Nordell at elizabeth.m.nordell.civ@army.mil and Contract Specialist Roxanne Barbaris at roxanne.barbaris.civ@army.mil. All responses must be received NLT 10:30 a.m. Eastern October 21, 2023. 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. Purpose: The US Army Redstone Test Center (RTC), a subordinate activity of the US Army Test and Evaluation Command (ATEC), Alabama is seeking sources capable of performing RTC Worldwide Engineering Support Services (RWESS) for a period of six (6) months, beginning December 20, 2023. RTC requires contract support personnel for engineering and test support services across all RTC Directorates and Divisions. These services will perform a wide variety of engineering and support tasks related to the Test and Evaluation programs at RTC. �Services shall be performed primarily at Redstone Arsenal in Huntsville, Alabama but Temporary duty support may be required at other locations in the Continental United States (CONUS) and Outside CONUS (OCONUS). The Contractor shall possess the proper training, certifications, and experience commensurate with the work they will perform. This effort shall be consistent across all the RTC commodity directorates and support to staff functions relative to RTC operations, and includes labor, supplies, equipment, materials, and transportation incidental to activities described in the performance work statement (PWS). The intent of this notice is to support a pending Justification and Approval for an extension of the current requirement W91CRB- 17-D-0009, Task Order W91CRB-22-F-0282. When utilizing the authority at FAR 6.302-1, 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. Contractors must be properly registered in the Government�s System for Award Management (SAM) database. SAM registration can be found at https://sam.gov. The North American Industrial Classification System (NAICS) code is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), utilizing the exception for aircraft, aircraft engine and engine parts. The small business size standard is 1,500 employees. As part of the sources sought response, please state if your company is a small business under this NAICS code. The Product Service Code for this requirement is AC13 - National Defense R&D Services; Department of Defense - Military; Experimental Development. Estimated Period of Performance: Six (6) months: December 20, 2023 through June 19, 2024. Place of Contract Performance: This contract requires all work to be performed at Redstone Test Center (RTC) � Redstone Arsenal, Alabama Contract Type: the current requirement is an Indefinite Delivery/Indefinite Quantity (ID/IQ) with Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) task orders. Sources Sought: Please respond to the following in Arial font size 12 in no more than 10 pages in length. Performance Work Statement (PWS) is attached for description of requirements. Point of Contact Information: Company: Address: Point of Contact: Phone Number: Email Address: CAGE Code: Does your company have any Organizational Conflicts of Interest? Describe the process used to complete an enterprise review across all businesses and affiliates to identify any governmental developmental work performed as either a prime or subcontractor. If there are any potential or actual OCIs in your company, you will be required to submit a full and comprehensive OCI mitigation plan when you respond to the request for proposal. At this time, briefly discuss your OCI mitigation plan which should address each actual or potential OCI. Please identify your company�s size standard per the primary NAICS code of 541715 Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), utilizing the exception for aircraft, aircraft engine and engine parts, and the Small Business Size Standard of 1,500 employees. For more information on small business, refer to: https://www.sba.gov/document/support--table-size-standards. If your company is a small business, indicate whether any of the small business categories below apply: 8(a): Small Disadvantaged Business (DB): Woman-Owned Small Business: Historically Underutilized Business Zone (HUBZone): Veteran-Owned Small Business: Service-Disable Veteran-Owned Small Business: If you identify your company as a SB or any of the SB subcategories as stipulated in Question #2, is your company intending to submit a proposal as a prime contractor? Is your company capable of performing at least 51% of the work? If so, please explain how your company will perform the work within the parameters of the Ostensible Subcontractor Affiliation rule. Is your company prepared to assume financial liability for damages to Government equipment and property incurred as a result of your performance of work under this contract? Please explain. Does your company possess the capabilities to provide the entire range of products and services discussed in this Notice? If NO, please provide specific capabilities that you intend to provide? Please provide the following information for up to 3 examples of similar work that your company has performed as a prime or a sub-contractor: 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? Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. Does your company possess or is it capable of obtaining an approved Defense Contract Audit Agency (DCAA) accounting system prior to contract award? Does your company have or is it capable of obtaining a TOP SECRET facility clearance? Is your company able to provide employees who are US citizens and capable of obtaining a SECRET clearance? Please provide additional information that you believe we should know about your company in support of this Sources Sought. This Sources Sought Notice is not a request for competitive proposals. The Government does not intend to fund the development of qualification of other sources for fulfilling this requirement. However, all proposals received within five (5) calendar days after the date of publication of this notice will be considered by the Government. A determination by the Government not to compete this proposed contract will be based upon the responses received. Responses to this notice are considered solely for the purpose of determining whether to conduct a competitive procurement. Roxanne Barbaris is the POC for this action; Roxanne.Barbaris.civ@army.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a628b8e1efd6408d9d9195e4a7c205b8/view)
- Place of Performance
- Address: Redstone Arsenal, AL, USA
- Country: USA
- Country: USA
- Record
- SN06860632-F 20231018/231016230050 (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 |