Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2005 FBO #1487
SOURCES SOUGHT

A -- Concepts and Operations for Space and Missile Defense Integration and Capabilities (COSMIC)

Notice Date
12/20/2005
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-06-R-TBD
 
Response Due
1/20/2006
 
Archive Date
3/21/2006
 
Small Business Set-Aside
N/A
 
Description
Description This is a sources sought synopsis intended to provide market research information for use in developing a solicitation for an effort to support the U.S. Space and Missile Defense Command, Future Warfare Center, Space and Missile Defense Battle Lab (SMDC-FW C-SMDBL). Responses to this announcement will be used to identify interested qualified sources available in the marketplace. Information requested from interested parties is described below. This special announcement has two purposes: (1) to obtain expressions of interest from the small business community in support of the SMDC-FWC-SMDBL requirement; and (2) to roughly gauge the capability of those interested small business firms or teams as v iable contenders at the prime contractor level. The briefings and associated evaluations discussed in this notice do NOT replace the in-depth evaluation of a firms or teams ability to perform, however, these will be utilized to make the final decision c oncerning the number and types of set-asides. The responses to this notice are for Government planning purposes only and shall not be construed as a definitive intent to proceed with this acquisition. At this time, the Government does not intend to award more than one contract for this requirement. Further, we are exploring the potential to maximize set-aside opportunities for the SMDC-FWC-SMDBL support acquisition. As the Government is unsure of the extent of anticipated small and small disadvantaged business participation, it is undecided as to the specific number and/or set-aside awards to target during the development of its acquisition strategy. Small businesses may team together (or even affilia te) and be eligible for award of a set-aside contract, PROVIDING THAT EACH TEAM MEMBER MEETS THE NAICS CODE SMALL BUSINESS SIZE STANDARD. The current Small Business Administrative (SBA) 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 cost of contract performance will be performed by the collective effor ts of all small business members of the team. The current SBA 8(a) affiliation rules allow joint ventures or teams when the 8(a) concern performs a significant amount of the work with its own employees and the size of at least one 8(a) participant to th e joint venture is less than one half the size standard corresponding to the NAICS code assigned to the contract. Such teams and/or joint ventures require the prior approval of the SBA. A Service-Disabled Veteran Owned-Small Business Concern (SDVO-SBC) p rime contractor can subcontract part of a SDVO contract provided they spend at least 50% of the cost of contract performance incurred for personnel on the concerns employees or on the employees of other SDVO-SBCs. A joint venture of at least one SDVO-SBC and one or more other business concerns may submit an offer as a small business for a competitive SDVO-SBC procurement so long as each concern is small under the NAICS code size standard assigned to the contract. A qualified HUBZone SBC prime contractor can subcontract part of a HUBZone contract provided they spend at least 50% of the cost of the contract performance incurred for personnel on the concerns employees or on the employees of other qualified HUBZone SBCs. A joint venture of two or more quali fied HUBZone SBCs may submit an offer for a HUBZone contract so long as each concern is small under the NAICS code size standard assigned to the contract. The joint venture itself need not be certified as a qualified HUBZone. Further information regardin g teaming and joint ventures are located in the Code of Federal Regulations (13 CFR 124 and 125). NOTICE CONCERNING THE POTENTIAL FOR A WOMAN-OWNED SMALLBUSINESS SET-ASIDE: If the implementing guidelines for a woman-owned set-aside are in place in a timel y manner to allow for such under this acquisition, the Government will consider such an award; therefore, i f such companies/teams are interested in pursuing this opportunity, you may also express your interest by submitting a capability White Paper which is explained below. The North American Industry Classification System (NAICS) Code is 541710 with a small business size standard of 1000 employees for this acquisition. The contractors will be expected to provide non-personal services for the newly reorganized U.S. Space and Missile Defense Command, Future Warfare Center, Space and Missile Defense Battle Lab (SMDC-FWC-SMDBL) to support its new mission set of Space, Near S pace, and Missile Defense Capabilities Integration and Development. The project is entitled the Concepts and Operations for Space and Missile Defense Integration and Capabilities (COSMIC). The complete Statement of Work (SOW) is posted at the following website: http://www.smdc-armyforces.army.mil/ CONTRACTING WITH US - Contracting Opportunities The resultant contract will contain an organizational conflict of interest (OCI) clause. To the greatest extent possible, while still protecting the Governments interest, the OCI clause will be applied only for the supported technology areas of the contr actors actual COSMIC performance. Any small business firms, including 8(a), HUBZone, SDVO, or Woman-Owned firms, intending to propose as a prime contractor (especially those planning to use the affiliation and teaming rules issued by the SBA) are invited to provide a capability White Paper to the Government (limited to 10 pages). Interested firms should submit an email stating interest in providing a White Paper to the Government within 30 days after the date of this announcement to Tim Myers at tim.myers@smdc-cs.army.mil (Subject line for the email: COSMIC Capability White Paper). Large business requests for capability White Papers as a prime contractor are not desired at this time. Capability White Papers must mirror how you plan to propose. If proposing as a team, the capability White Paper must reflect the team and the team approach. The small business capability White Papers will be due 03 February 2006. The capability White Paper should focus on issues that affect the decisions as to the number/types of set-aside awards such as: (1) the breadth and depth of technical and management expertise to successfully execute SOW requirements, (2) the capability to quickly ramp up qualified and trained personnel at the onset of the contract, (3) the capability to administer and manage an indefinite delivery/indefinite quantity, task order contr act (expected as a minimum order amount to be $500,000.00 for the total contract term), (4) assurance and demonstration that the small business firm or small business team 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 for total performance responsibility, and (7) an understanding of Army, DoD, and Government Agencies with whom the SMDC-FWC-SMDBL interfaces. This acquisition is not open to participation by foreign firms at either the prime or subcontract level. In order to be considered for award, offerors must possess a SECRET facility security clearance. Point of Contact POC  Tim Myers, Contract Specialist, (719) 554-1961, tim.myers@smdc-cs.army.mil, and Carol Alkhafi, Contracting Officer (719) 554-1962, e-mail address: carol.alkhafi@smdc-cs.army.mil Place of Performance Address: US Army Space and Missile Defense Command/Army Forces Strategic Command, ATTN: SMDC-RM-CM-W, 350 Vandenberg St., Bldg. 3 Peterson AFB, CO Postal Code: 80914-4914 Country: US
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
Country: US
 
Record
SN00955451-W 20051222/051221075927 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.