MODIFICATION
A -- Sources Sought for support for Adaptive Red Team
- Notice Date
- 6/1/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-APG - RTP, ATTN: CCAP-SCR, Research Triangle Park Contracting Division, P.O. Box 12211, Research Triangle Park, NC 27709-2211
- ZIP Code
- 27709-2211
- Solicitation Number
- W911NF-15-R-0019
- Response Due
- 6/4/2015
- Archive Date
- 7/31/2015
- Point of Contact
- Kathryn McManus, 919-541-5036
- E-Mail Address
-
ACC-APG - RTP
(kathryn.e.mcmanus.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- W911NF-R-0019 Sources Sought NAICS Code: 541 712-- Research and Development in the Physical, Engineering and Life Sciences (except Biotechnology) **SOURCES SOUGHT MODIFIED ON 26 MAY 2015, SEE REVISIONS BELOW. CLOSING DATE FRIDAY 5 JUNE 2015. Procurement History: The Adaptive Red Team and its Technical Support Operational Activity transitioned from the US Army Research Laboratory to the US CERDEC, NVESD/QRB effective 1 October 2014. ARL Contract number W91CRB-11-D-0006 (Wintec Inc. ) Task Order 008 has been the supporting Task Order contract. Synopsis: THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A SOLICITATION NOR REQUEST FOR PROPOSAL AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY. NO BASIS FOR CLAIMS SHALL ARISE AS A RESULT OF A RESPONSE TO THIS SOURCES SOUGHT NOTICE OR THE USE OF SUCH INFORMATION AS EITHER PART OF THE EVALUATION PROCESS OR IN DEVELOPING SPECIFICATIONS FOR ANY SUBSEQUENT REQUIREMENT.THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY AND NO REQUESTS FOR EXTENSIONS WILL BE GRANTED. The Army Contracting Command - Aberdeen Proving Ground - Research Triangle Park Division (ACC-APG-RTP) is intends to set-as-side the subject acquisition to small businesses. The Government believes that there are two or more responsible small businesses capable of providing technically acceptable proposals and is conducting market research to determine the extent of small business sources capable of performing as a prime contractor under a Multiple Award Indefinite Delivery/Indefinite Quantity (MAC IDIQ) Contract. The Government may use responses from this sources sought to make an acquisition decision about soliciting a requirement. The purpose of this sources sought notice is to determine industry interest, capability, and relevant experience of potential qualified businesses relative to identifying, assessing and integrating technologies that operationally enable the transformation of the Army into a more versatile, agile, survivable, lethal, deployable, and sustainable force. The Government expects this IDIQ contract will have a value of approximately $22,000,000.00 per year for two years but reserves the right to adjust based on the requirement and the available funding. The contractor should have the capacity to conduct necessary activities to apply advanced and emerging technologies to the following specific areas of interest: Logistical Support to Experiments/Assessments - The contractor must be able to provide all necessary personnel, expertise, facilities equipment and apparatus to support four filed assessments per year providing the ability to integrate and assess 25 to 30 technologies in 12 scenarios supported by over 30 soldiers or other operational personnel conducted in locations throughout the Continental United States. The contractor must also be able to support at least two off cycle events that will be limited to 8 to 15 technologies in more tailored scenarios involving less than 15 operational personnel. Integration - The contractor must be able to provide all necessary personnel, expertise, facilities equipment and apparatus to integrating disparate advanced technology equipment, subsystems and systems into a common operating capability that can be assessed in a field environment. These include software (network and common operating picture) hardware, and electronic integration. Field Service - The contractor must be able to provide field service support including training, troubleshooting, and other logistical support toward conducting assessments in a field environment both CONUS and OCONUS. Assessment and Support End Items - The contractor must be able to develop and fabricate equipment to be used to support the assessment of emerging equipment, subsystems and systems in an operational setting. In addition to addressing technical capabilities, responses should include the following: 1) Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HubZone). Large businesses are permitted to respond to this sources sought notice. 2) Average annual revenue for the past 3 years and number of employees. 3) Number of years in business. 4) Affiliate information. 5) Parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors(if potential prime). 6) Prior/current experience performing efforts of similar size and scope within the last THREE (3) years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. Limit past performance to three examples. 7) The government intends on using information gathered from this sources sought and other market research to ascertain whether a full or partial Small Business (SB) set-aside is appropriate and/or what sub categories of SB set-aside might be appropriate. Please provide relevant comments and concerns. 8) Small Business set-asides will be subject to 52.219-14 Limitations on Subcontracting, If you have relevant past performance similar in size and scope or you are interested in becoming a prime vendor please provide information related to the ability to perform with this limitation. Examples might include. Company Background 1. Provide a brief profile of the company, its management team, the company's vision, awards / recognitions and the current financial status. 2. Provide a summary of the current client base, highlighting similar sized clients within the Federal Government sector and distinguishing factors with competing organizations. 3. Identify at least one successful effort of similar size and complexity with the Federal Government. 4. Cite any new contributions your company has made to advance the state of the art in the above areas. Technical Effort 1. Describe the recommended approach to the type of support described. 2. Provide examples of successful participation in experimental support efforts, including any Federal Government efforts of comparable size and scope. 3. Identify the above areas your organization can satisfy 4. Cite any novel approaches your organization would apply in conducting in supporting the above areas. 9) Does your company have existing lines of credit available for contract financing? 10) Does your company currently have or will have a SECRET facility clearance? Please explain where, how certified, and with which agency and applicable contract number. 11) How do you intent to be in compliance with FAR 52.215-22 and FAR 52.215-23? 12) Primary risk areas and/or potential issues associated with an acquisition of this type. How do you propose to mitigate any risk(s)? 13) Please discuss approaches to completion and management of workload surge (i.e. numerous projects at different locations). 14) Provide a point of contact (address, phone number and e-mail address). 15) Although this is a sources sought notice are you interested in submitting a proposal for this requirement if a solicitation is issued? 16) Does your company have an accounting system approved by the Defense Contract Management Agency (DCMA)? Respondents are encouraged to carefully review the information requested above and ensure a complete response for thorough consideration. Respondents shall note that the Government will not return any information submitted in response to this notice. The page count limitation for responses to this sources sought announcement is 5 pages single spaced utilizing Arial 12 point font. The following shall be included in the page count: a. Graphics b. Tables c. Drawing d. Indexes e. Bill of Materials f. Technical and cost proposals The following documents will NOT be counted in the page limits. a. List of acronyms b. Title page c. Table of contents Do not send hard copy advertising or promotional materials. Please ensure that all responses are comprehensive and provide a name and point-of-contact for your firm for follow-up if determined necessary. Please e-mail your responses and any relevant information regarding specific performance or other qualifications regarding the services requested no later than 1600 hours Friday, 5 June 2015 to Kathryn.e.mcmanus.civ@mail.mil and Luke.m.Maloney.civ@mail.mil THE EMAIL SHOULD BE ENTITLED quote mark SOURCES SOUGHT RESPONSE-YOUR FIRM NAME quote mark.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/23dd846a228de6236c64aad9fb87d3cb)
- Place of Performance
- Address: ACC-APG - RTP ATTN: CCAP-SCR, Research Triangle Park Contracting Division, P.O. Box 12211 Research Triangle Park NC
- Zip Code: 27709-2211
- Zip Code: 27709-2211
- Record
- SN03748264-W 20150603/150601234647-23dd846a228de6236c64aad9fb87d3cb (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 |