Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
SOURCES SOUGHT

66 -- Modernizing Instrumentation Solutions for Test and Evaluation (MISTE) - Draft Statement of Work

Notice Date
4/5/2018
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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
W900KK-MISTE-SSN
 
Point of Contact
Joseph Candelaria, Phone: 407-208-3220, Rebeca A. Gonzalez, Phone: 407-384-3968
 
E-Mail Address
joseph.candelaria5.civ@mail.mil, rebeca.a.gonzalez.civ@mail.mil
(joseph.candelaria5.civ@mail.mil, rebeca.a.gonzalez.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work. SOURCES SOUGHT NOTICE Modernizing Instrumentation Solutions for Test and Evaluation (MISTE) Army Contracting Command-Orlando is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide test instrumentation systems. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. 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. 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 submissions. 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. PROGRAM BACKGROUND The Program Executive Office for Simulation, Training, and Instrumentation (PEO STRI) Program Manager Instrumentation, Targets, Threat Simulators, and Special Operations Forces Training Systems- Instrumentation Management Office (PM ITTS IMO) has a requirement for a contracting vehicle to provide test instrumentation systems to operational and developmental test facilities. Customers making use of this contracting vehicle will include Army Test and Evaluation Command (ATEC) entities and other Tri-Service members of the test and evaluation (T&E) community. Secondary to the delivery of test instrumentation systems and related infrastructure, this contracting vehicle will adopt an enterprise approach to modernizing test instrumentation systems across the T&E community. REQUIRED CAPABILITIES The Government requires the design, development, integration, testing and fielding of test capabilities and/or related infrastructure among the test ranges through a series of delivery orders. Secondary to providing the test instrumentation systems and related infrastructure, the contractor shall develop, implement, and manage a system that optimizes the process of ‘speed-to-award' for successive MISTE delivery orders through effective collaboration with the Government. As capabilities are fielded, the Contractor will initiate and manage the evolution of a Test Instrumentation System Enterprise (TISE) that assesses common requirements and creates a value-added function, where deemed financially appropriate to do so, based on life-cycle considerations. These considerations include compatibility, commonality, and interoperability versus obsolescence with the previously fielded capabilities within the MISTE TISE. The enterprise construct should employ a decision tree process in recognizing the proper conditions that affordably reflect life-cycle benefits through engaging further processes that involve appropriate requirements tracing and asset tracking mechanisms for the MISTE TISE. SPECIAL REQUIREMENTS The contractor shall be required to have a SECRET facility clearance with no storage requirements and be in compliance with the security regulations and security requirements specified in the Contracts Security Classification Specifications, DD Form 254 and addendum sheets. Although at the time of award this contract will require a SECRET facility clearance with no storage requirements, future work or Delivery Orders at the TOP SECRET SCI level are anticipated. The contractor shall be notified in writing from the Government contracting agency allowing no less than 8 months for the contractor to meet the TS/SCI facility clearance level with no storage requirements. The contractor should plan appropriately. ELIGIBILITY The applicable NAICS code for this requirement is 334519 (Other Measuring and Controlling Device manufacturing) with a Small Business Size Standard of 500 employees. The Product Service Code (PSC) is 6695, Combination and Miscellaneous Instruments. Draft Statement of Work (SOW) is included in this posting. For purposes of this Sources Sought Notice, the applicable documents referenced in the SOWs will not be made available. This requirement is a non-commercial contract. Award will be made in the form of a Single Award, Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract to one responsible Offeror and delivery orders (DO) will be issued against the ID/IQ as need arises. Tasking will be by individual DO specifying the items/supplies/test instrumentation system to be provided from the basic contract. Firm fixed-price (FFP), cost reimbursable, and minimal time and material (T&M) delivery orders are anticipated for this effort with up to a ten-year ordering period, and an estimated maximum ceiling of $750,000,000. The basic contract will specify the requirements to be delivered in accordance with the MISTE SOW. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Responses should include a narrative to demonstrate your capabilities and knowledge with diverse programs of this magnitude. Specifically, interested contractors shall: 1. State the scope of past and present (within the last 6 years) relevant experience on similar contracts, identify specific areas of relevant experience related to the SOW. Include dollar value of contract(s), whether performed as a prime or subcontractor, complexity and a point of contact. 2. Demonstrate your knowledge and capabilities of developing, upgrading, and integrating complex electromechanical systems. 3. Do you currently operate facilities used to manufacture electromechanical systems? If so, describe the capabilities of the facility. 4. Provide specific experience in producing test capabilities or test infrastructure for Developmental and Operational Test environments, particularly for the DoD. 5. Provide your experience performing on firm-fixed price and cost reimbursable type contracts. (Dollar value, Period of Performance/Ordering Period) 6. Describe your ability and experience creating and managing processes using technology to implement a TISE construct. 7. Describe your ability and experience managing engineering resources, including logistics challenges, equipment modification, configuration management and quality control issues, risks and mitigation plans. 8. Describe your approach to supporting several geographically disbursed efforts concurrently. 9. The Government anticipates MISTE will require the delivery of a variety of test instrumentation systems. Explain your firm's approach to delivering a variety of systems directly associated with meeting the requirements of T&E customers. 10. Teaming arrangements or Joint Ventures you may be pursuing to meet the MISTE requirements. 11. Provide any alternative approaches (i.e. Contract Type, NAICS Code, and PSC Code) to satisfying the MISTE requirement and comments related to the draft of the MISTE SOW. Potential sources must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc. Brevity of extraneous information is desired. Information should be sent via e-mail to joseph.candelaria5.civ@mail.mil and as an alternative to rebeca.a.gonzalez.civ@mail.mil. Alternative submittal methods by mail to: ACC-Orlando, ATTN: Bravo Division (Rebeca Gonzalez), 12211 Science Drive, Orlando, FL 32826-3224. Responses are requested by 20 April 2018. The submission of this information is for Planning Purposes only and is not to be construed as a commitment by the government to procure any services, or for the government to pay for the information received. No solicitation document exists at this time. Technical questions concerning this requirement shall be directed to PM ITTS IMO, Ronald E. Miller, Jr, via email at ronald.e.miller40.civ@mail.mil or by telephone at (407) 384-5251. All other questions concerning this requirement should be directed to Contract Specialist, Joseph Candelaria, via email or by telephone at (407) 208-3220, or the Procuring Contracting Officer Rebeca Gonzalez by email or by telephone (407) 384-3968.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d26eda30a9fffaafe0e8e83cedb6191d)
 
Record
SN04879770-W 20180407/180405231306-d26eda30a9fffaafe0e8e83cedb6191d (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.