Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2023 SAM #8060
SOLICITATION NOTICE

A -- Pre-Solicitation Synopsis Notice � Notification of Intent to Release Design, Development, Demonstration, and Integration II (D3I2), Domain 2 (D2) Formal Request for Proposals (RFP) #W9113M-24-R-0062

Notice Date
12/20/2023 2:27:21 PM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-5000 USA
 
ZIP Code
35898-5000
 
Solicitation Number
W9113M24R0062
 
Response Due
12/22/2023 10:00:00 AM
 
Archive Date
01/06/2024
 
Point of Contact
George Purpura, Virginia Adkins
 
E-Mail Address
George.r.purpura2.civ@army.mil, virginia.m.adkins.civ@army.mil
(George.r.purpura2.civ@army.mil, virginia.m.adkins.civ@army.mil)
 
Description
Pre-Solicitation Synopsis Notice � Notification of Intent to Release Design, Development, Demonstration, and Integration II (D3I2), Domain 2 (D2) Formal Request for Proposals (RFP) #W9113M-24-R-0062 A � RESEARCH & DEVELOPMENT GENERAL INFORMATION � Notice Type: Pre-Solicitation Synopsis Notice � Notification of Intent to Release RFP #W9113M-24-R-0062. � Classification Code: A � Research & Development. DISCLAIMER THIS SYNOPSIS NOTICE IS TO ANNOUNCE THE INTENDED RELEASE OF D3I2 D2 RFP #W9113M-24-R-0062. THIS NOTICE SHALL NOT BE CONSTRUED AS A FORMAL SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, RFP, OR REQUEST FOR QUOTES. THE UNITED STATES GOVERNMENT (USG) IS UNDER NO OBLIGATION TO AWARD A CONTRACT BECAUSE OF THIS NOTICE. A FORMAL RFP SOLICITATION IS NOT AVAILABLE AT THIS TIME, THEREFORE ANY REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. DO NOT SUBMIT INFORMATION IN RESPONSE TO THIS NOTICE (NOTE THAT IF INFORMATION IS SUBMITTED, THE USG SHALL NOT REVIEW THE SUBMISSION AND WILL NOT RETURN INFORMATION TO THE SUBMITTER); THE USG WILL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY SUBMITTED INFORMATION AND WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH ANY SUBMISSION. On behalf of the U.S. Army Space and Missile Defense Command (USASMDC), the U.S. Army Contracting Command-Redstone (located in Huntsville, Alabama) gives notice of the intended release of formal RFP #W9113M-24-R-0062 for the requirement entitled, �Design, Development, Demonstration, and Integration II (D3I2) Information Integration, Data Exploitation and Enhanced Warfighter Capabilities Domain 2 (D2).� Please note that the USG anticipates releasing the D3I2 D2 Formal RFP solicitation on or about January 11, 2024; however, the USG reserves the right to release the D3I2 D2 Formal RFP Solicitation before or after this date (please note that the RFP solicitation may be released late the first week of January 2024 or early the second week of January 2024 before January 11, 2024). (Note that in accordance with regulatory requirements [see Federal Acquisition Regulation 5.203] the release date will not be sooner than 15 calendar days of this posted synopsis). As previously advised, please note that the USG intends to post the formal RFP solicitation, all RFP amendments (if any). and receive proposals via the Procurement Integrated Enterprise Environment Solicitation Module (PIEE SM) only at https://piee.eb.mil/. It is the responsibility of potential offerors to ensure their own access to the PIEE SM is attained and maintained. The following link provides the general steps in gaining access to the PIEE suite: https://piee.eb.mil/xhtml/unauth/web/homepage/vendorGettingStartedHelp.xhtml. Background Information/Statement of Work (SOW) Summary. The mission of USASMDC is to develop and provide current and future global space, missile defense, and high-altitude (HA) capabilities to the Army, joint forces, allies, and partners to enable multi-domain combat effects; enhance deterrence, assurance, and detection of strategic attacks; and to protect the Nation. USASMDC also serves as the Army operational integrator for global missile defense and conducts mission related research and development (R&D) in support of Army strategic, operational, and tactical missions. USASMDC requires a contractual vehicle that will fulfill a gap in the ability to design, develop, demonstrate, and integrate products focused on space, space control, ground-based missile defense, and HA capabilities. The requirement includes support to space and missile defense operations, planning, integration, control and coordination of Army forces and capabilities in support of U.S. Northern Command (USNORTHCOM), U.S. Space Command (USASPACECOM), U.S. Strategic Command (USSTRATCON) missions (deter aggression/conflict, defend U.S./allied interests, deliver space combat power, develop ready and lethal joint warfighters, conduct strategic deterrence, integrated missile defense, situational awareness, and space operations). In addition, USASMDC requires support for R&D of material solutions, as well as combat development solutions, in support of U.S. Combatant Commands (CCMDs) for space, missile defense, and HA missions; and mission-related R&D in support of Title 10 responsibilities; and other requirements identified in the basic contract SOW or individual task order (TO) performance work statements (or elsewhere in the contract) that enable the Warfighter to effectively support USNORTHCOM, USASPACECOM, USSTRATCOM, other CCMDs, Department of Defense, other Services and other Government agencies as stated in the basic contract SOW. North American Industry Classification System (NAICS) Code: 541715 (Research & Development in the Physical, Engineering, and Life Sciences [except Nanotechnology and Biotechnology] Exception 3 Guided Missiles and Space Vehicles, Their Propulsion Units and Propulsion Parts; Business Size Standard: 1,300 Employees. Product Service Code: AC13 National Defense R&D Services; Department of Defense (DoD) Military; Experimental Development. Contract Type: Multiple award indefinite delivery, indefinite quantity (MAIDIQ) basic contract with cost-plus-fixed fee (CPFF) and firm-fixed-price (FFP) TO contract(s). To accomplish the services needed by USASMDC, the resulting MAIDIQ basic contract(s) will contain a four or more contract line-item numbers structure (CPFF, FFP, and Cost) for issuance of TOs. This D3I2 D2 requirement is a 100% small business set-aside (SBSA) acquisition that supports the USASMDC mission and is a follow-on to the current D3I MAIDIQ contract. This follow-on D3I2 D2 MAIDIQ requirement includes a combination of the current D3I D2 and D3 contract vehicles. NOTE: The acquisition is open to only small businesses. Ordering Period: Minimum of five years (base ordering period) up to ten years (with one five-year optional ordering period) (the optional ordering period will be exercised at the USG�s discretion). TO Performance Period: On average two-to-five years with TO performance extending up to three years beyond the last day of an ordering period; the anticipated total period of performance for the resulting MAIDIQ contract (to include task TOs) is anticipated to be up to13 years. Contract Ceiling: Anticipated programmatic level ceiling value is $4.62 billion (B) to be shared between D3I2 Domain 1 (full-and-open) and D2 (SBSA) with $2.05B to be shared among all prime contract awardees in D2 (please note ceiling values are subject to change). The total of all TOs awarded, for both domains, shall not exceed the shared programmatic ceiling value. Place of Performance: Continental United States (CONUS) and Outside the Continental United States (OCONUS) with locations to include contractor and Government facilities. Contract Award Basis: A selection process will be used in accordance with FAR Part 15, Best Value trade-off Evaluation. The Government will evaluate performance capability in accordance with criteria described in the solicitation documents. NOTE: As described in the previously published draft RFP and subsequent special notices, it is anticipated that that the RPF will contain three gateway criteria: 1) Gate One: U.S.-Owned Entity Gate; 2) Gate Two: Facility Clearance (FCL) Gate (TS FCL and TS safeguarding); and 3) Gate Three: Organizational Conflicts of Interest (OCI) Identification and Mitigation Gate. (Any proposal that does not meet the requirement for a particular gate will not be further evaluated and will not be eligible for award.) The forthcoming formal RFP, W9113M-24-R-0062, including all solicitation requirements, will supersede all draft documents previously posted in their entirety. The estimated solicitation issue date is on or about January 11, 2024 (Note: the RFP solicitation may be released late the first week of January 2024 or early the second week of January 2024 before January 11, 2024). Proposals are anticipated to be due on or about February 27, 2024 (it is anticipated that the forthcoming RFP will be open for at least 45 calendar days). The proximity date of award is on/about February 5, 2025. Point of contacts for this synopsis notice are George Purpura, Contracting Officer, at george.r.purpura2.civ@army.mil, and Virginia Adkins, Contract Specialist, at virginia.m.adkins.civ@army.mil. Telephone call inquiries/questions or other inquires will not be accepted or responded to by the USG at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/69a7776711324b6f9ee1c1c1b2d67efb/view)
 
Record
SN06918158-F 20231222/231220230043 (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.