SOURCES SOUGHT
R -- Strategic and Technical Analyses for Assured Microelectronics II (STAAM2) - PWS 14-4K0
- Notice Date
- 9/2/2014
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Other Defense Agencies, Defense Microelectronics Activity, Defense Microelectronics Activity, 4234 54th Street, McClellan, California, 95652, United States
- ZIP Code
- 95652
- Solicitation Number
- PR4UH4K001
- Archive Date
- 9/30/2014
- Point of Contact
- Edward I. Kurjanowicz, Phone: 9162311527
- E-Mail Address
-
edward.kurjanowicz@dmea.osd.mil
(edward.kurjanowicz@dmea.osd.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Evaluation Criteria Draft Performance Work Statement REQUEST FOR SOURCES / SOURCES SOUGHT SYNOPSIS Strategic and Technical Analyses for Assured Microelectronics II (STAAM2) THIS IS A SOURCES SOUGHT SYNOPSIS FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND SHALL NOT BE CONSTRUED AS AN OBLIGATION ON THE PART OF THE GOVERNMENT. NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The Defense Microelectronics Activity (DMEA) is conducting market research and is seeking written responses from potential sources who can provide professional, scientific, technology studies, strategic analyses, and make recommendations in furtherance of the DMEA mission or related to the mission of DMEA or its parent organizations, including analyses of DMEA's business operations. The studies, analyses, and recommendations will include the use of subject matter experts to evaluate the impact of laws, policies, regulations, or economic forces that affect the reliability, maintainability, obsolescence, availability, supportability, manufacturability, capability, and performance needs of Department of Defense (DoD) assured supply of trusted microelectronics. Please see the attached DRAFT Performance Work Statement (PWS) and DRAFT Proposal Evaluation Criteria for further description of the proposed contract action; changes may be made to these documents in the resulting solicitation. The proposed contract action is anticipated to be issued as a requirements contract under FAR 16.503 with firm fixed price contract line items (CLINs). A travel cost CLIN may be added. The proposed contract period of performance period is anticipated to be three (3) years, one basic and two option years starting in December 2014-January 2015. The anticipated requirements contract ceiling is $5.85M. No reimbursement will be made for any costs associated with providing information to this synopsis or any follow-up information requests. The purpose of this synopsis is to notify industry of DMEA intent for future contract action and gain knowledge of potentially qualified sources and their size classifications (small business, large business, service-disabled veteran, etc.). The Government will evaluate all responses received to determine competitive acquisition strategy. The anticipated North American Industrial Classification System (NAICS) Code is 541990 for All Other Professional, Scientific, and Technical Services. The Product Service Code for this procurement is R406 Support - Professional: Policy Review/Development. The small business size standard for this procurement, as defined by the U.S. Small Business Administration, is $15 Million annual revenue. Potential sources are requested to complete company information on the following page and submit a white paper of no more than ten (10) 8.5 X 11 inch pages, in a font no smaller than 10 point that address, but are not be limited to, the following topics: a. Corporate overview and contact information b. Capabilities Statement (1). The Capability Statement shall succinctly address the following three items to demonstrate the contractor's capability to perform the requirements of the draft Performance Work Statement (PWS): i. The contractor's ability to manage the types of taskings in the PWS; ii. The contractor's technical ability, or potential approach to achieving technical ability, to meet the contract requirements; and iii. The contractor's capacity, or potential approach to achieving capacity, to meet the PWS requirements. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, and the size of the staff needed. Demonstrated ability to manage, technical ability and capacity may include citing and describing the same or similar relevant performance, but does not limit the interested contractor's approach to demonstrate capability c. Personnel/skill categories and security clearance levels; d. List of similar Government contracts completed over the past three (3) years; e. Adequacy of contractor's accounting and estimating systems, if any; and, f. Small business status or other classification. Interested parties should submit responses by 3:00PM (Pacific), 15 September 2014 to Edward Kurjanowicz via email at edward.kurjanowicz@dmea.osd.mil with info copy to Nickie Cruthirds at nickie.cruthirds@dmea.osd.mil. Potential sources are encouraged to submit questions, requests for clarification, and recommendations to Mr. Kurjanowicz by e-mail or by phone at (916) 231-1527. Attachments: 1) DRAFT Performance Work Statement (PWS) (3 pages) 2) DRAFT Proposal Evaluation Criteria (2 pages)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DMEA/DMEA/PR4UH4K001/listing.html)
- Place of Performance
- Address: Defense Microelectronics Activity (DMEA), 4234 54th Street, McClellan, California, 95652-2100, United States
- Zip Code: 95652-2100
- Zip Code: 95652-2100
- Record
- SN03492301-W 20140904/140902235933-01c2d6e765fa90d119852ade446b627c (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 |