Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOURCES SOUGHT

16 -- Sources Sought Notice- Support to provide labor, materials, and facilities in support of the Prototype Integration Facility (PIF) at Redstone Arsenal, Alabama.

Notice Date
3/3/2015
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
RFI-PIF-15
 
Response Due
4/6/2015
 
Archive Date
5/6/2015
 
Point of Contact
Martin Patton, 256-876-3842
 
E-Mail Address
ACC-RSA - (Aviation)
(martin.v.patton.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
The Government hereby requests information regarding the technical and financial capabilities of Small Business Administration (SBA) certified 8(a) firms, to include Native Hawaiian Organization (NHO) owned, Native American Tribally owned or Alaska Native Corporation (ANC) owned certified 8(a) concerns, to perform Prototype Integration Facility (PIF) support requirements as outlined below. The applicable NAICS code for this requirement will be 336413, size standard 1,000 employees. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any costs expended by any interested parties in responding to this notice. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. This is a sources sought notice only and is not a Request for Proposal (RFP). Background: For information purposes only. The U.S. Army's Aviation and Missile Research, Development, and Engineering Center (AMRDEC) anticipates a requirement for a support contract to provide labor, materials, and facilities to support the Prototype Integration Facility (PIF) at Redstone Arsenal, AL. The PIF is currently supported by Redstone Defense Systems (RDS), a joint venture between Yulista Aviation, Incorporated (YAI) and Science and Engineering Services (SES), Incorporated (SESI) under contract W58RGZ-12-D-0089. YAI, the majority joint venture partner, is an Alaska Native Corporation. The contract, with a ceiling of $4.5 Billion and a three-year period of performance plus a two-year award term, was awarded in August 2012. In FY14, contract requirements exceeded $355 Million; total contract value to date is approximately $800 Million. The PIF provides an organic, rapid response capability for generating hardware solutions. Additional information on the PIF can be found at http://www.amrdec.army.mil/amrdec/pif/index.html. Working alongside our contractor employees, the PIF operates 12 facilities at Redstone Arsenal, AL, and is supported by several off-site contractor facilities in the local area. Government owned and government operated, the PIF offers single source convenience, turn-key solutions for development, fabrication, systems integration, modification, experimentation, and subsystem/system level testing. Specific capabilities include: design and analysis, modeling and simulation, rapid prototyping, mechanical fabrication, printed wiring board fabrication, circuit card assembly, cable and chassis fabrication, ground and air platform integration, aircraft modification, field retrofits and sustainment support both locally and abroad. This anticipated effort includes, but is not limited to the following: comprehensive program management, research and development, engineering, fabrication, subsystem/system integration, qualification testing, logistical and support to DoD hardware (including, but not limited to, aviation and missile weapon systems). Additionally, this may include design conceptualization, re-design, engineering analysis, technology insertion, rapid prototyping, repair, fabrication, testing, calibration, and fielding. The contractor may also be tasked to perform hardware/software engineering, trouble shoot subsystems, perform quality assurance support, provide configuration management and prepare logistic support for systems, subsystems and test-beds. This support will also include a full spectrum of engineering and manufacturing capability to re-engineer, produce and support the management of conceptual production systems/subsystems or components. A minimum of a working knowledge of DoD Critical Safety Item (CSI) program and the Army Aviation Air Worthiness Release (AWR) process is required. History has shown that it is imperative that the prime contractor have (or be capable of developing) an extensive network of subcontractors and material vendors to address the broad scope of work, and rapidly evolving task order requirements. The prime must be structured in a manner to be flexible to the Government's requirements, increasing support during periods of growth and reducing support during periods of decreased workload. This potential requirement is being considered for Small Business Administration (SBA) certified 8(a) firms to include Native Hawaiian Organization (NHO) owned, Native American Tribally Owned, or Alaskan Native Corporation (ANC) owned certified 8(a) concerns, subject to the availability of funds. Desired Response: Interested parties possessing the requisite skills, resources, and capabilities necessary to perform the stated requirement are invited to respond to this marketing research survey/sources sought announcement via an electronic submission of an executive summary, no more than three (3) 8.5-inch by 11-inch pages in length, single-sided, with one-inch margins on all sides, and a minimum of 1.5x line text spacing. Font size should be no smaller than 10pt Times New Roman. Microsoft Word (.docx) and/or Adobe (.pdf) files are required. Interested parties are asked to answer, and respond to, the following questions and requests in addition to their 3-page executive summary. In both the 3-page executive summary and the response to the questions below, company proprietary information should be marked accordingly. 1.Please provide your company name, address, point of contact with corresponding phone number, e-mail address, CAGE code and small business size under NAICS 336413. Please clearly confirm that your company is an eligible 8(a) firm. 2.Please provide a summary of your approach to meeting the stated requirement (i.e., your company's facilities, team members and their roles). 3.Please provide relevant corporate experience references. You may site company and related web addresses as additional sources of information. Relevant corporate experience information should identify the applicable contract number; the total contract dollar amount; contract period of performance; a brief description of the services performed; and customer point of contact with corresponding telephone number and e-mail address. 4.Do you currently provide comprehensive program management, research and development, engineering, fabrication, subsystem/system integration, qualification testing, logistical and support to DoD hardware as described in this RFI? If so, what types of systems do you support? 5.If your company is not currently providing this support, has your company had experience in the last 5 years providing these types of services? 6.What does your company specialize in? 7.The Government is contemplating the use of a Single Award Indefinite Delivery Indefinite Quantity (IDIQ) type contract. a.What experience does your company have with Government contracts? b.Is your company familiar with the Government processes of contracting, billing, etc? c.Do you have any experience with IDIQ type contracts? d.If you have previous IDIQ contracts with the Government, what types of pricing arrangements were used [i.e. firm fixed price (FFP), FFP level of effort (LOE), time and material (T&M), cost plus fixed fee (CPFF), cost plus incentive fee (CPIF), etc...]? e.What type of pricing arrangement would you recommend for this contract? 8.Does your company have an Earned Value Management System (EVMS)? Have you used it on your government contracts under DFARS 252.234-7002? 9.The Government is contemplating using an EVMS, or tailored EVMS approach, for efforts below $20 Million. a.Have you had experience using EVMS on projects less than $20 Million? b.Do you have any concerns about this approach? 10.The Government is contemplating a Period of Performance of 7 to 10 years. In this scenario, offerors would propose Not-to-Exceed Fixed Price (FP), Cost Plus Fixed Fee (CPFF) labor and overhead rates, and Time and Material (T&M) rates for each year of performance. a.Can you accurately reflect your costs within Not-to-Exceed rates for this period of performance? b.What are your concerns regarding this period of performance? 11.Being as specific as possible, what would you see as a justification to award a 10-year period of performance versus a 7-year period of performance for this contract? a.Would the length of the period of performance impact whether you would participate in a future competition? If so, explain your response. b.What do you believe is the optimal period of performance and why? 12.What is the minimum information required for your organization to accurately bid Not-to- Exceed Fixed Price, Cost Plus Fixed Fee labor and overhead rates, and T&M rates under a potential contract? 13.Do you currently support any OCONUS sites and if so, in what capacity? 14.In relation to question 13, if you have no OCONUS experience, do you foresee an issue with supporting the PIF at OCONUS sites? For example, labor laws, TESA requirements, SOFA requirements, estimating costs, etc? Please be as detailed as possible. 15.Provide any other recommendations, comments, or concerns you have about this potential acquisition. Place of Contract Performance: Primarily at Redstone Arsenal, AL, and in local contractor-provided facilities off-post. All interested parties are requested to send the three-page executive summary, responses to the questions/requests, including web-based links to company and/or descriptive literature along with any comments to Martin Patton, Army Contracting Command - Redstone via email at martin.v.patton.civ@mail.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6214b183ae0fd4a7f2787667d280ccd4)
 
Record
SN03656779-W 20150305/150303234505-6214b183ae0fd4a7f2787667d280ccd4 (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.