SOURCES SOUGHT
A -- Systems Analysis, Integration, and Technical Assistance Services for Head Quarters Department of the Army (HQDA), G8, Force Development (FD) Directorate, 700 Army Pentagon, Washington DC 20310-0700.
- Notice Date
- 4/29/2002
- Notice Type
- Sources Sought
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- DASG60-R
- Response Due
- 5/9/2002
- Archive Date
- 6/8/2002
- Point of Contact
- Billy Lemley, (256) 955-4985
- E-Mail Address
-
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(billy.lemley@smdc.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This special announcement for Systems Analysis, Integration, and Technical Assistance (SAITAC) services has three purposes: (1) to obtain expressions of interest from the business community in the Head Quarters Department of the Army (HQDA) G8, Force Devel opment Directorate competition at the prime contractor level, (2) to roughly gauge the capability of those interested small business firms or teams as viable contenders at the prime contractor level, and (3) to obtain the expressions of interest from all b usinesses in further discussions. The associated evaluations discussed in this notice do NOT replace the in-depth evaluation of a firm?s or team?s ability to perform; that evaluation will be part of the formal source selection process. The government is anticipating that one of the multiple awards resulting from this requirement will be set-aside for Small Business. Small businesses may now team together (or even affiliate) and be eligible for award of a set-aside contract, providing th at each team member meets the NAICS code small business definition. Prior to the rule change, a contracting officer could set aside an acquisition when there was an expectation of two or more competitive offers from small business prime contractors who wo uld perform at least 50% of the work. The new rules allow a set-aside when there is an expectation of two or more competitive offers from small business teams when at least 50% of the services will be performed by the collective efforts of all small busin ess members of the team. Further, the new SBA 8(a) affiliation rules allow joint ventures or teams when each team member is small according to the applicable NAICS Code and the 8(a) concern performs a ?significant amount? of the work with its own employee s. Such teams and/or joint ventures require the prior approval of the SBA. Small Businesses should note the FAR 19 North American Industry Classification System (NAICS) Code and size standard for the SAITAC is 54171/1000 employees. The contractors will be expected to provide non-personal services for systems engineering and technical assistance in support of the Mission and Function Statements for the U.S. Army G8 Force Development Directorate in Washington, DC and other associated l ocations. This support is both broad ranging and ever changing. The SAITAC scope of work (SOW) has four functional areas: Technology and Systems Integration and Synchronization, Studies and Analyses, Systems Testing and Training Support, and Project Man agement and Programmatic Support. This acquisition will result in multiple awards with identical SOWs and numbers of person-hours. The contracts will consist of fixed-price labor categories and cost reimbursable travel and materials line items. The Government does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors (i.e., any given contractor could propose as a prime contractor as well as participate as a subcontractor on one or more other proposing teams). Further, we do not intend to impose any restrictions on team membership after award. The resultant contracts will contain a contract specific Non-Disclosure Agreement as well as an organizational conflict of interest (OCI) clause that could limit a successful offeror from participating in any other U.S. Army G8 Force Development contracts. All contractor personnel will be required to sign a Non-Disclosure Agreement. To the greatest extent possible, while still protecting the Governmen t?s interests, the OCI clause will be applied only for the supported technology areas of the contractor?s actual SAITAC performance. Any business firms, including small and/or 8(a) firms, intending to propose as a prime contractor (especially those planning to use the new affiliation and teaming rules issued by the SBA) are invited to submit a capability package to the Government (limit ed to 8 pages). Note: The capability package should address the skills and capabilities necessary to perform this requirement not the general attributes of the company. Interested firms should submit their package to the Government within 10 days after the date of this announcement to: USASMDC, SMDC-CM-CS , ATTN: Billy Lemley, P.O. Box 1500, Huntsville, AL 35807-3801 or e-mail: billy.lemley@smdc.army.mil. The package should be entitled ?SAITAC Capability Package?. The capability package should focus on: (1) the breadth and depth of technical and management expertise to successfully execute the SAITAC roles, (2) the capability to quickly ramp up qualified and trained personnel at the onset of the contract, (3) the ca pability to administer and manage an indefinite delivery/indefinite quantity, task order contract (expected as a minimum to be $25M per year for the total program) with numerous subcontractors, (4) assurance that the small business firm or small business t eam, if applicable, will perform 50% of the work, (5) capability to perform realistic cost and schedule projections for complex technical and integration efforts, (6) a contract management structure that allows for an integrated organization accountable fo r total performance responsibility, and (7) an understanding of Army, DoD, and Government Agencies with whom HQDA G8, Force Development Directorate interfaces. This acquisition is not open to participation by foreign firms at either the prime or subcontract level.
- Place of Performance
- Address: HQDA G8, Force Development Directorate ATTN: DAPR-FDR, 700 Army, the Pentagon Washington DC
- Zip Code: 20310-0700
- Country: US
- Zip Code: 20310-0700
- Record
- SN00068208-W 20020501/020429213358 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |