Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2016 FBO #5257
SOURCES SOUGHT

R -- Tropics Test Support Services - Tropics Test Support Services

Notice Date
4/13/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Yuma Proving Ground, ATTN: CCMI-CHD-YP, Bldg 2364, 301 C Street, Yuma, Arizona, 85365-9498, United States
 
ZIP Code
85365-9498
 
Solicitation Number
W9124R-16-R-0007
 
Archive Date
5/13/2016
 
Point of Contact
Karen F. Davis, Phone: 928-328-6124, Edgar Angulo, Phone: 928-328-6172
 
E-Mail Address
karen.f.davis.civ@mail.mil, edgar.angulo.civ@mail.mil
(karen.f.davis.civ@mail.mil, edgar.angulo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
GFP List Workload Performance Requirements Summary Performance Work Statement This is a Sources Sought Notice ONLY. The U.S. Government has a requirement for continued Tropic Test Support Services to provide test support efforts for U.S. Army Yuma Proving Ground (USAYPG) Tropic Regions Test Center (TRTC) for the period 1 June 2016 through 31 March 2017. Based on the mobility required coupled with logistical support at a variety of OCONUS sites such as the Republic of Panama, Suriname, Hawaii and Honduras, to meet the 1 June 2016 performance start date on site IN THE REPUBLIC OF PANAMA, the U.S. Government's solution would be to extend the current contract. This notice is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. The anticipated NAICS code is 541330; size standard $38.5M. The Tropic Test Support Services contract for USAYPG is currently being fulfilled through the current contract W9124R-11-C-0009. Attached are the Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data. In response to this sources sought, please provide: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding business status size, small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. There are specific legal implications for conducting business in foreign countries and for utilizing foreign national employees (as a third party) for conducting business for the United States Government. In countries where the U.S. State Department and U.S. Department of Defense have established appropriate treaties and Status of Forces Agreements (SOFAs) the contractor may generally operate under the appropriate umbrella. However, no such treaties or agreements currently exist with the Republic of Panama, and therefore, the contractor must be incorporated in and possess, including but not limited to, the appropriate business licenses and tax registrations necessary to conduct business in the Republic of Panama. Test execution and support is to be provided by a contractor activity headquartered in Panama City, Republic of Panama. 4. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 5. Personnel must have the experience and proper background to conduct tropic testing of communications, vehicles, soldier systems, weapon systems, etc. This experience is critical to the mission. Lack of experience can cause mission failure making the need for firsthand experience critical to this requirement. 6. Specifically, responses should address the contractor's ability to mobilize and be prepared to perform the services described in the PWS by the date needed (1 June 2016), the contractor's proposed solution and an alternative solution. 7. Identify how the U.S. Army can best structure these contract requirements to facilitate competition by and among small business concerns. 8. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Dean Carsello, at dean.m.carsello.civ@mail.mil or 210-466-2419, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 9. Recommendations to improve the approach/specifications PWS/PRS to acquiring the identified items/services.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9513cf3c21aa2ae46892e545b8c20068)
 
Place of Performance
Address: United States Army Yuma Proving Ground, Yuma, Arizona, 85365, United States
Zip Code: 85365
 
Record
SN04082197-W 20160415/160413234006-9513cf3c21aa2ae46892e545b8c20068 (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.