SPECIAL NOTICE
69 -- SOF RAPTOR III Ceiling Increase - SOF RAPTOR III Ceiling Increase
- Notice Date
- 2/9/2018
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- W900KK14D0001SOFRAPTOR
- Archive Date
- 3/13/2018
- Point of Contact
- Mark A. Muniz, Phone: 4072085807, Brian D Serra, Phone: 407-208-3357
- E-Mail Address
-
mark.a.muniz6.civ@mail.mil, brian.d.serra.civ@mail.mil
(mark.a.muniz6.civ@mail.mil, brian.d.serra.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOF RAPTOR III Ceiling Increase Notice of Intent to Sole Source Ceiling Increase for Special Operations Forces Requirements Analysis, Prototyping, Training, Operations and Rehearsal (SOF RAPTOR) III, Contract W900KK-14-D-0001 Introduction Army Contracting Command - Orlando (ACC-Orlando), in support of the U.S. Army Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI), Project Manager Instrumentation, Targets, Threat Simulators and SOF Training Systems, intends to issue a contract modification to increase the estimated ceiling on contract W900KK-14-D-0001, with RAPTOR Training Services, LLC, CAGE Code 6E9K9. This ceiling increase will be for an additional $70 Million, which will result in a new contract ceiling of $167.8 Million. The contract ceiling increase modification to RAPTOR Training Services, LLC will be issued pursuant to the authority under FAR 6.302-1; Only one responsible source and no other supplies or services will satisfy agency requirements. RAPTOR Training Services, LLC is the only contractor capable of meeting the Government's continued requirement to provide essential specialized acquisition services to the SOF community without unacceptable delay. Specifically, they are the only firm with the knowledge base and infrastructure to meet the constant and evolving USSOCOM training doctrine requirements. The most cost effective schedule and performance acquisition for this effort, to avoid unacceptable delays in fulfilling the agency's requirements, is to increase the ceiling of the current SOF RAPTOR III contract to allow for continuous service to USSOCOM and its component commands. This sole source contract action will ensure the critical services to SOF RAPTOR III contract are uninterrupted, while also supporting the requirements gathering, acquisition strategy formulation, and award of the follow-on contract. ACC-Orlando and PEO STRI intend to release a Request for Proposals (RFP) for the follow-on, SOF RAPTOR IV contract, during late FY18. Contract/Program Background The SOF RAPTOR III contract was originally solicited competitively as a total small business set-aside for the procurement of training services and materiel supporting USSOCOM and SOF Component Command requirements. Based on historical throughput and current projected workload, it is anticipated that additional requirements valued at an estimated $30 Million will be necessary to support the program during transition to SOF RAPTOR IV. Throughout the execution of SOF RAPTOR III, PEO STRI transitioned and consolidated Army Special Operations Forces (ARSOF) training support for 1 st Special Warfare Training Group (Airborne) (SWTG (A)) under Product Manager Special Operations Forces Training Systems (PdM STS) and the SOF RAPTOR III contract, which was previously associated with the Warfighter Focus contract. This transition of contract vehicles took advantage of SOF experience and expertise within PdM STS and reduced cost due to the lower overhead of the SOF RAPTOR III contract. However, the cost of supporting the ARSOF 1 st SWTG (A) training support added approximately $40 Million of unexpected total contract cost to the SOF RAPTOR III ceiling. These combined elements make up the $70 Million ceiling increase. This transition absorbed a substantial amount of the existing ceiling on the SOF RAPTOR III contract and has required an adjustment to the requirements gathering and acquisition strategy formulation for the follow-on SOF RAPTOR IV effort. General Requirements The Government's SOF RAPTOR III IDIQ Contract requirement supports numerous efforts in support of the objectives of the United States Special Operations Command (USSOCOM) and its component commands: United States Army Special Operations Command (USASOC), Air Force Special Operations Command (AFSOC), Naval Special Warfare Command (NAVSPECWARCOM), Marine Special Operations Command (MARSOC), and Joint Special Operations Command (JSOC) and other National assets. SOF training requirements are typically unique, unpredictable, and require flexible and responsive solutions. This contract supports a wide range of SOF training, including Crisis Response Force (CRF), Emergency Deployment Readiness Exercises (EDRE), Special Activities (SA), Full Mission Profiles (FMP), and provides materiel support like the Soldier Monitoring System (SMS). The SOF RAPTOR III contract supports the SOF community by providing the best training support possible for our nation's most elite forces through our small business partners. Submission Details The Government requests responses or challenges to this strategy no later than 15 calendar days from the posting of this notice of intent. The response must clearly show the firm's ability to be responsive without compromising the quality, accuracy or reliability of the services provided and without causing any interruption of critical services. The firm's response should also illustrate how it can overcome start-up costs necessary to assume the effort in the short period of performance this notice represents. Disclaimer This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this notice is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Contractors interested in this requirement are requested to email their response no later than 12:00 pm Eastern Standard Time (EST) on 26 February 2018 to Senior Contract Specialist Mr. Mark A. Muñiz at: mark.a.muniz6.civ@mail.mil, and Procuring Contracting Officer Mr. Brian D. Serra at: brian.d.serra.civ@mail.mil. Please submit all questions by email to the same POCs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b524d67ca078dd932f59cdae90a2089f)
- Record
- SN04818275-W 20180211/180209230936-b524d67ca078dd932f59cdae90a2089f (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 |