MODIFICATION
A -- PRE-SOLICITATION SYNOPSIS NOTICE for the Reagan Test Site (RTS) Engineering and Technical Services (RETS) Acquisition
- Notice Date
- 6/21/2017
- Notice Type
- Modification
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- 5300 Martin Rd Redstone Arsenal AL 35898-0000
- ZIP Code
- 35898-0000
- Solicitation Number
- W9113M15R0007
- Response Due
- 6/23/2017
- Point of Contact
- Sharon K. Harris (Kay), Contracting Officer, Phone 256-955-5907, - Nathan D. Martin, Contract Specialist, Phone 256-955-5906
- E-Mail Address
-
sharon.k.harris22.civ@mail.mil, nathan.d.martin18.civ@mail.mil
- Small Business Set-Aside
- N/A
- Description
- This pre-solicitation notice provides a twenty fourth amendment to the November 4, 2015 (also amended 1/8/16, 3/2/16, 6/14/16, 8/25/16, 9/1/16, 10/12/16, 10/22/16, 10/22/16, 11/22/16, 12/16/16, 12/19/16, 12/20/16, 1/12/17, 1/19/17, 1/20/17, 2/1/17, 2/10/17, 2/14/17, 3/01/17, 4/19/17, 5/24/17, 6/13/17, and 6/20/17). PRE-SOLICITATION SYNOPSIS NOTICE: The U.S. Army Contracting Command-Redstone (ACC-RSA), on behalf of the U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT), anticipates issuing Request for Proposal (RFP) W9113M-15-R-0007 for the Reagan Test Site (RTS) Engineering and Technical Services (RETS) requirement. The objective of this acquisition is to provide support for the highly specialized test and evaluation operations of RTS at both the U.S. Army Garrison-Kwajalein Atoll (USAG-KA) in the Republic of the Marshall Islands (RMI) and RTS Operations Center-Huntsville, Alabama (ROC-H) locations. The anticipated RETS contract will be for a ten year period of performance consisting of a four year base period and three option periods of two years each. The contract consists of cost-plus-fixed-fee level-of-effort (CPFF-LOE) for Test Mission Services and Improvement and Modernization (TMS/I&M) effort; cost-plus-incentive-fee (CPIF) for Standard Technical Services (STS) effort; cost reimbursable (CR) no fee for direct materials, other direct costs, and travel; and CPFF for transition (Phase-In/Phase-Out) effort. The U.S. Government anticipates award of one single contract from the issuance of this solicitation. The USASMDC/ARSTRAT Technical Center is responsible for the RTS, a subdivision of USASMDC/ARSTRAT, that provides missile test and evaluation and space situational awareness services in support of USASMDC/ARSTRAT Joint, and (approved) commercial agencies as a component of the Department of Defense (DoD) Major Range and Test Facility Base (MRTFB) through split-based/distributed operations. RTS executes and reports on theater and strategic offensive and defensive ballistic missile testing and supports space situational awareness operations and experiments from the USAG-KA and from the RTS ROC-H, using a wide array of highly sophisticated radar, telemetry, and optical sensors to meet the needs of the DoD in defending the nation and its interests. RTS operates as a tenant unit on USAG-KA, RMI and at ROC-H. The North American Industry Classification System (NAICS) code 541712 -- Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology) is applicable to RETS. The Product Service Code (PSC) for this acquisition is AC24 - Research and Development - Defense System: Missile/Space Systems (Engineering Development). The total small business participation minimum commitment is 25%, inclusive of all small business socio-economic categories (small disadvantage business, woman-owned small business, veteran owned small business, service disabled veteran owned small business, service disabled veteran owned small business and historically underutilized business zone small business). The solicitation and resultant contract will include language that conveys the Government's intent to provide fair opportunity to businesses of all sizes. Small businesses that are not qualified as a prime contractor are encouraged to partner with large businesses to ensure large businesses meet their small business commitments. This acquisition will provide significant subcontracting opportunities for small businesses which is a critical component of the defense industrial base. A top secret facility clearance is required. ACC-RSA previously posted information to industry regarding the RETS requirement on FedBizOpps with reference to solicitation number "W9113M15R0007" via a sources sought/request for information (SS/RFI) on 4 November 2015 and several subsequent amendments. These postings are considered exchanges with industry before receipt of proposals as defined in FAR 15.201(c)(6), and include the draft RFP (with updates), industry questions and Government answers, and other relevant information pertaining to the RETS requirement. The final RFP, including all solicitation requirements, will supersede all previously posted draft documents (including industry questions and Government answers) in their entirety. FOR PLANNING PURPOSES ONLY: All RFP attachments marked For Official Use Only (FOUO) and documents associated with Document Summary List (DSL) will be in the RETS Offeror's Library. These documents contain pertinent technical information related to the RETS requirement. Instructions on how to obtain access are available on FedBizOpps W9113M-15-R-0007 SS/RFI, Amendment 18, posted on 14 February 2017. This PRE-SOLICITATION SYNOPSIS NOTICE is for information and planning purposes only and does not constitute a formal RFP. Following the release of an official solicitation, all responsible sources may submit a proposal, which shall be considered by the Government. Potential offerors are encouraged to submit organizational conflict of information (OCI) mitigation plans, if applicable, and other Go/No Go submissions, early, if practicable. This PRE-SOLICITATION SYNOPSIS NOTICE is not to be construed as a commitment by the Government. This is not a solicitation and does not obligate the Government to issue a solicitation, nor will the Government be liable for costs involved in submission of information in response to this notice. The Government anticipates release of an official solicitation on or about 06 July 2017. Hardcopies of the solicitation will not be provided. Interested parties are encouraged to monitor FedBizOpps for the release of the referenced solicitation, which will serve as the formal electronic transmission method of the solicitation. The Government DOES NOT intend to conduct another pre-proposal/industry day conference for this acquisition. Questions or correspondence should be directed in writing to the points of contact for this action: Kay Harris, Contracting Officer, sharon.k.harris22.civ@mail.mil or Nathan Martin, Contract Specialist, nathan.d.martin18.civ@mail.mil. INQUIRIES VIA TELEPHONE WILL NOT BE ACCEPTED. Contracting Office Address: P.O. Box 1500 ATTN: ACC-R/SMDC CAMO Huntsville, AL 35898 United States END OF AMD 24 NOTICE NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-JUN-2017); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/7ba914aa97b3558f47644a313dfae8ae)
- Place of Performance
- Address: Kwajalein Atoll, Republic of Marshall Islands Huntsville, Alabama
- Country: US
- Country: US
- Record
- SN04553026-F 20170623/170621234300 (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 |