Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2018 FBO #5956
SOURCES SOUGHT

R -- FCoE Experimentation - Attachment 1 - Performance Work Statement (PWS)

Notice Date
3/13/2018
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Sill, 1803 NW Macomb Road, Fort Sill, Oklahoma, 73503, United States
 
ZIP Code
73503
 
Solicitation Number
W9124L-18-R-0003
 
Archive Date
3/31/2018
 
Point of Contact
Eric Romero, Phone: 5804423225, Lisa G. Slagle, Phone: 580-442-3653
 
E-Mail Address
eric.romero5.civ@mail.mil, lisa.g.slagle.civ@mail.mil
(eric.romero5.civ@mail.mil, lisa.g.slagle.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 - Performance Work Statement (PWS) INTRODUCTION The Mission Installation Contracting Command (MICC) at Fort Sill, Oklahoma is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Fires Center of Excellence (FCOE), Capabilities Development Integration Directorate (CDID), to obtain the necessary services to support the Fires Battle Lab conduct of Department of Defense and TRADOC-directed current and future force concept and live-prototype/focused assessment experiments, new technology demonstrations, and Cooperative Research and Development Agreements (CRADA) events to gain insights to emerging and evolving concepts, technology and materiel initiatives to provide informed, recommended changes to Doctrine, Organizations, Training, Material, Leadership and Education, Personnel and Facilities and Policy (DOTMLPF-P). The intention is to procure these services on a competitive basis. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Location % On-Site Government % Off-Site Contractor Fort Sill, Oklahoma 100% 0% DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT." REQUIRED CAPABILITIES This is a service support requirement for contractual support using qualified subject matter experts (SMEs) in accordance with the DRAFT Performance Work Statement (PWS) to provide operational and analytical experimentation subject matter expertise in support of planning, preparing, synchronizing, executing, and evaluating all directed experiments, demonstrations, and CRADA events to aid in the production of quantitative and qualitative underpinnings of concepts, requirements validation, and recommended DOTMLPF-P solutions which will inform the development of Force 2025 and Beyond (F2025B). Current directed experiments include, but are not limited to: • Unified Challenge (UC) 18.1 and 18.2 Simulation-Based Experiments (SIMEXs) • Joint Counter Low, Slow, Small UAS Field Tests • CRADA with Space and Missile Defense Command (SMDC) and Industry • Joint Fiber Laser Mission Engagement (JFLAME) • Black Dart Counter-Unmanned Aircraft System (C-UAS) • Army Expeditionary Warrior Experiment (AEWE) • Maneuver and Fires Integration Experiment (MFIX) • Electric Fires Seminar The Government will not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The designated NAICS Code is 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology), with a Small Business size standard of 1000 employees. The Product Service Code is R499. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Based Performance Work Statement (PBPWS) is attached for review. (Attachment 1). Interested parties are requested to submit a capabilities statement of no more than five (5) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 4 pm, CST, 30 March 2018. All responses under this Sources Sought Notice must be e-mailed to Eric Romero, Contract Specialist at email eric.romero5.civ@mail.mil AND to Lisa Slagle, Contracting Officer at lisa.g.slagle.civ@mail.mil. This documentation must address at a minimum the following items: 1. Applicable Contract Vehicles (if any) held in which this requirement can be solicited such as General Services Administration (GSA) One Acquisition Solution for Integrated Services (OASIS), GSA Professional Services Schedule (PSS), etc. (This information is for market research only and does not preclude your company from responding to this notice.) 2. Business Size of company (Small or Large Business) under NACIS Code 541715 and any additional socio-economic status, i.e., Service-Disabled Veteran Owned Small Business, HUBZone certified, 8(a) certified, Woman-Owned Small Business, etc. ; 3. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Address any subcontracting, joint ventures or teaming arrangement you may use to perform the requirement to include possible "similarly situated entities" (Same small business status subcontractor(s)); 4. Reach back capability of the Company (if needed) to ensure minimal vacancies during the required period of performance; briefly address your experience filling unexpected vacancies to ensure there are no gaps in services. Meeting surge requirements, specifically if some were to occur simultaneously to this requirement. 5. Describe your overall experience in supporting services as they relate to this requirement. Relevant past performance on same/similar work of the same magnitude or greater executed within the last three years with Points of Contact; and 6. Your company's capability to do this work in whole or in part. Can you support all the services listed under the primary task areas? If not, which primary task areas can you perform? 7. Can you attract and retain qualified staff in each of the five task areas. Can you attract and retain the stated number of personnel with the specific college degree and specialized experience requirements as stated in the PWS and enclosures. 8. Indicate any known or anticipated Organizational Conflicts of Interest concerns as they relate to this requirement. 9. Provide any additional information you wish the Government to consider in making decisions which could impact the solicitation of this requirement. Documentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional expertise, experience, skills and ability to secure required resources to support this critical mission requirement area concerns responding to the Sources Sought. Capabilities shall be articulated clearly and adequately. The estimated period of performance consists of a twelve (12) month base period of performance, followed by four (4), one-year option periods, with performance commencing on or about 23 June, 2018. Specifics regarding the number of option periods will be provided in the solicitation. The contract type is anticipated to be Firm Fixed Price (FFP). The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, in either Microsoft Word or Portable Document Format (PDF), via email to Eric Romero, Contract Specialist at email eric.romero5.civ@mail.mil AND to Lisa Slagle, Contracting Officer at lisa.g.slagle.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/09cab42d915bd832cb179c8163de2c5a)
 
Place of Performance
Address: Fort Sill, Fort Sill, Oklahoma, 73503, United States
Zip Code: 73503
 
Record
SN04852519-W 20180315/180313231251-09cab42d915bd832cb179c8163de2c5a (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.