Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2016 FBO #5476
SOURCES SOUGHT

R -- Sources Sought, Pre-Solicitation Meeting/Industry Day announcement for Performance of Analytical Services Associated with Target Descriptions, Vulnerability, Survivability and Weapons Effectiveness Studies, and Support to Current Operations for U.S.Army

Notice Date
11/18/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 4310 Boothby Hill Rd, ABERDEEN PROV GND, Maryland, 21005-5001, United States
 
ZIP Code
21005-5001
 
Solicitation Number
W91CRB-17-AMSAA-AS
 
Archive Date
1/3/2017
 
Point of Contact
Kathleen L. Wissler, Phone: 4102780891
 
E-Mail Address
kathleen.l.wissler.civ@mail.mil
(kathleen.l.wissler.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Sources Sought and notification of a Pre-Solicitation Meeting/Industry Day. All information generated from the Pre-Solicitation Meeting/Industry Day and this notice will be used as market research of sources capable of providing sample data collection services in support of the U.S. Army Material Systems Analysis Activity (AMSAA) Joint Technical Coordinating Group for Munitions Effectiveness (JTCG/ME). • AMSAA JTCG/ME is concerned with 1) the description and vulnerability of enemy targets to various damage mechanisms associated with conventional weapons such as fragments, blast, conical shaped charges, linear shaped charges, self forging fragments, armor piercing projectiles, high explosive projectiles and others and 2) weapon system effectiveness analysis including: methodology, computer simulation, data analyses, model verification and validation, documentation of models, systems effectiveness analyses and data base management systems. DESCRIPTION OF REQUIREMENT The U.S. Army Material Support Analysis Activity (AMSAA) Joint Technical Coordinating Group for Munitions Effectiveness (JTCG/ME) is a joint service group whose mission is to provide the Services effectiveness data for fielded non nuclear munitions. The U.S. Army Materiel Systems Analysis Activity (AMSAA) supports the Army and the JTCG/ME with studies on the effectiveness of both fielded and developmental munitions. The JTCG/ME prepares and continuously updates Joint Munitions Effectiveness Manuals (JMEM) for air to-¬surface, surface to surface, antiair and other non nuclear munitions systems (to include Cyber, Non-lethal, Direct Energy and Information Operations) including management of joint service efforts for associated data bases in target vulnerability, weapon characteristics and delivery accuracy. JTCG/ME is charged with establishing standardized procedures for important test factors such, as kill criteria, weapon lethalities, delivery accuracies, methodologies and data format for reporting new munitions effects into JMEM's. Weapon effectiveness calculations require a number of inputs such as weapon characteristics, weapon delivery accuracy and target vulnerability to specific damage mechanisms. The objective of the proposed procurement is to obtain support in the areas of target descriptions, target vulnerability analysis, target survivability analysis, weapon system effectiveness and performance, data analysis, target disablement evaluation, component damage, warhead lethality, threat modeling, vulnerability/lethality methodology development and other areas. The planned acquisition will have a five year ordering period with cost plus fixed fee and firm fixed priced task orders. The anticipated date of award is April 2018. Work will be performed in the AMSAA offices at Aberdeen Proving Ground MD and additionally at places to include Fort Meade, Dahlgren NS, China Lake NAS, Eglin AFB, Wright Patterson AFB, and Langley AFB. INFORMATION REQUESTED This Sources Sought Notice(SS) /Request for information (RFI) is for planning purposes, and is not to be considered an invitation for bid, request for quotation, or as an obligation on the part of the Government to acquire any products or services. No reimbursement will be a made for any costs associated with providing information in response to this SS/RFI or any follow up information request. Respondents will not be notified of the results of the evaluation of the information they provide. No questions will be taken on the SS/RFI. No contract award will be made on the basis of responses received. The information will be used in a market research report assessment of sources capable of providing professional support services in support of AMSAA. No late submissions will be considered in the development of the report. To aid in development of the market research report, it is requested that attendees of the Pre-Solicitation Meeting/Industry Day complete the SS/RFI information and submit it by the deadline as well. RESPONSE INSTRUCTIONS Responses should be emailed to Mr. Michael Krechel, michael.m.krechel.civ@mail.mil with a copy to robert.m.roche2.civ@mail.mil, by the response date listed above. Responses which do not clearly and completely address the below series of questions will be considered as submitted for general informational purposes only, and not considered a demonstration of intent to submit a proposal to any eventual Request for Proposal (RFP). A lack of small business responses to this RFI must be treated as evidence of disinterest/incapability of small businesses to submit a proposal to any eventual RFP. Responses must include the information shown below: 1. Business Name: CAGE Code: Point of Contact: Size Status(es) under this RFI's identified size standard (SB, 8a, SDVOSB, etc): 2. If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered under the NAICS to provide capabilities information in response to this RFI. 3. Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in your response. 4. Upon any eventual release of a Request for Proposals, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor? 5. Does your company possess the capabilities to provide the entire range of services called for in the above Description of Requirement? You are reminded that this acquisition may be considered for a small business set-aside in accordance with Federal Acquisition Regulation (FAR) 19.502. In this case, the small business would only be required to perform at least 50% of the range of the work in accordance with FAR 52.219-14. YES or NO If you answered YES to the question above, provide specific capabilities and examples. If you answered NO to the question above, please identify the areas for which subcontract support would likely be utilized. 6. Has your company performed this type of effort or similar effort (to include size and complexity) either currently or in the past to another Government agency or non- government customer? YES or NO If YES, please identify the agency, contact information and contract number as applicable. 7. A SECRET security clearance will be required of all contractor personnel at time of award. Will your company be able to comply with this requirement? YES or NO 8. A TOP SECRET security clearance will be required of all contractor personnel performing cyber work. Will your company be able to comply with this requirement? YES or NO INDUSTRY DAY INFORMATION AMSAA will be conducting a Pre-Solicitation Meeting/Industry Day for the Performance of Analytical Services Associated with Target Descriptions, Vulnerability, Survivability and Weapons Effectiveness Studies, and Support to Current Operations. The purpose of this meeting is to provide interested companies with an overview of the program requirements and an opportunity to gather more information prior to the RFP being issued. Industry Day will provide an opportunity for the following: (1) market research data to facilitate small business determination for anticipated contract; (2) contractor presentations to market their capabilities to attending AMSAA representatives; and (3) interested parties to obtain information from the Government point of contact (POC). Registration: Registration by phone will NOT be accepted. All registrations shall be done by e-mail, and must be completed prior to close of business on 12 December 2016. Registration requests shall include name(s), company name and address, phone, and e-mail address. Attendance is limited to two (2) individuals per company. All attendees must be US Citizens or permanent resident Aliens. Register via email to: michael.m.krechel.civ@mail.mil with a copy to robert.m.roche2.civ@mail.mil; please use "AMSAA/Analytical Services Industry Day Registration" in the subject line. Note: This is NOT a "bidders conference"; this announcement is neither a contract, nor a request for proposal, nor a promise to contract, nor a commitment of any kind. The Government assumes no liability for costs incurred by any offeror for presentations, marketing efforts or data offered for examination; therefore the cost of preparing information in response to this notice is not considered an allowable charge to the Government. Date: 15 DEC 2016 Location: University Center, 1201 Technology Drive, Aberdeen, Maryland, 21001. Formerly known as the Higher Education & Conference Center (HEAT) Center. For directions to University Center, please visit http://wwww.ucmaryland.com Check-in: 0745-0800 General Session: 0800-1145 Security: This is an UNCLASSIFIED meeting; all information discussed must be UNCLASSIFIED. All information provided or discussed by attendees must NOT be Contractor Proprietary or Business Sensitive Information. Ideas and information shared during this Industry Day may be used to develop the solicitation and/or other acquisition documents. Information made available at the Industry Day, formally or informally, will not be made available via FEDBIZOPPS. There is no expectation that any materials will be formally distributed. Point of Contact(s): Primary Point of Contact: Michael Krechel USAMSAA ATTN: AMXAA-J 392 Hopkins Road APG, MD 21005 (410) 278-6538 michael.m.krechel.civ@mail.mil Alternate Points of Contact: Robert Roche USAMSAA ATTN: AMXAA-J 392 Hopkins Road APG, MD 21005 (410) 278-2126 robert.m.roche2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e2e330005410d24618b9733130dfc96b)
 
Record
SN04332105-W 20161120/161118234423-e2e330005410d24618b9733130dfc96b (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.