Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 27, 2020 SAM #6724
SOURCES SOUGHT

99 -- Aerial Target Flight Services (ATFS-3)

Notice Date
4/25/2020 9:23:48 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
W6QK ACC-ORLANDO ORLANDO FL 32826-3224 USA
 
ZIP Code
32826-3224
 
Solicitation Number
W900KK20R0059
 
Response Due
5/22/2020 9:00:00 AM
 
Archive Date
12/23/2020
 
Point of Contact
Thomas L. Halverson, Phone: 4072085654, Jason Jerome, Phone: 4072085868
 
E-Mail Address
thomas.l.halverson.civ@mail.mil, jason.jerome3.civ@mail.mil
(thomas.l.halverson.civ@mail.mil, jason.jerome3.civ@mail.mil)
 
Description
DESCRIPTION: �U.S. Army Contracting Command - Orlando (ACC-O) has a requirement for the U. S. Army Program Executive Officer for Simulation, Training, and Instrumentation (PEO STRI), Program Manager Cyber Test Training (PM CT2), Threat Systems Management Office (TSMO), to provide aerial target flight operations and maintenance services in support of multiple programs and training events.� The anticipated contract is a follow-on effort to W31P4Q-16-C-0101 and will be a Single Award Indefinite Delivery / Indefinite Quantity contract with a five-year base and one (1) two-year option period with task orders issued against the ID/IQ as needs arise. The anticipated award date for the IDIQ is 1st Quarter FY 2022. �This effort was initially posted in conjunction with the W900KK-20-R-0020 ACC-O on behalf of the PEO STRI is issuing this sources sought notice as a means of conducting market research to identify potential sources having an interest in and the resources and capability to support the upcoming Aerial Target Flight Services Increment 3 requirement. The results 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, the 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. DISCLAIMER: �THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSALS TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND IT 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 THE PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE THE PARTICIPATION IN ANY FUTURE REQUEST FOR PROPOSAL (RFP), IF 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.� REQUIREMENT: The requirement is for the provision of aerial target flight operations and maintenance services at Fort Bliss, Texas; White Sands Missile Range (WSMR), New Mexico; and other Posts, Camps and Stations (PCS) in the Continental United States (CONUS) and Outside CONUS (OCONUS).� These aerial target flight operations and maintenance services are required for training programs, missile/weapon systems test and evaluation programs, missile/weapons systems lot acceptance programs, demonstrations, research and development activities, production verification, and special test programs.� The services to be provided include target assembly and disassembly, ancillary device installation, preflight checkout, site preparation, launch, flight (optionally including manned flight), control, recovery, retrieval, refurbishment, Operator level maintenance, Intermediate level maintenance, Depot level maintenance, and target logbook maintenance.� Government Furnished Equipment/Materials (GFE/GFM) will be provided under this contract to include system specific targets, end items, ground support equipment, ground handling devices, target tracking and control systems, test equipment, ancillary devices, Class V items (explosive items such as squibs, rocket motors, Roberts cutters, and flares) and spare parts.� In addition, services are required to provide environmental protection, quality assurance, logistics services, automated systems data entry and data reporting. ELIGIBILITY: The applicable NAICS code for this requirement is 541330 (Engineering Services). Businesses of all sizes are encouraged to respond; however each respondent must clearly identify their business size in their capabilities statement. SUBMISSION DETAILS: Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the above discussed services. Please provide any questions you may have as well as what you may requires to prepare a complete proposal.� The Government intends to release a draft SOW as soon as it is authorized for public release. Your response to this Sources Sought, shall be electronically submitted to the Contract Specialist via email, thomas.l.halverson.civ@mail.mil, with a CC: to the Contracting Officer via email, jason.jerome3.civ@mail.mil, no later than 12:00 p.m. (Eastern Standard Time) on 22 May 2020 and reference this synopsis number in the subject line of the e-mail and on all enclosed documents. Late responses may not be used for the initial market research decision but may assist in the overall business decision. Information and materials submitted in response to this request WILL NOT be returned. The submission of the capabilities statement package 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. DO NOT SUBMIT CLASSIFIED MATERIAL. Interested vendors are requested to input their data into the Interested Vendors List on this posting.� The list will be used by the Government to review interested vendors for market research. Written responses to this announcement should consist of the following: 1. Identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc.) under NAICS 541330, the name of the business providing the capabilities statement with the address, primary points of contact to include phone numbers, email, business CAGE Code, and DUNS number. 2. It is requested that written responses be submitted in Microsoft Word document or Portable Document Format (PDF) and no longer than 15 pages in length. 3. State the scope of present and/or past experience (within the last 5 years) with aerial target flight services as discussed above to include: target assembly and disassembly, ancillary device installation, preflight checkout, site preparation, launch, flight, control, recovery, retrieval, refurbishment, operator level maintenance, intermediate level maintenance, target logbook maintenance, target system in-storage maintenance, environmental protection, quality assurance, logistics services, information assurance, automated systems data entry and data reporting.� �Include the contract number, dollar value of contract(s), whether performance was done as the prime or subcontractor, the complexity, and Government customer and/or Contractor points of contact. 4. State the scope of present and/or past experience (within the last 5 years) providing support of subscale target systems (MQM-107, MQM-178, BQM-34, BQM-167, and MQM-185), Ballistic targets, and Rotary Wing Target Systems are required for training programs, Missile/Weapon Systems test and Demonstrations, Research and Development activities, Production Verification and special test programs 5. List the anticipated percentage of small business subcontracting.� Provide anticipated subcontracts / team members. 6. Provide any risk you have identified with the program and how your company could mitigate. Interested Vendors please inform the Government what information is required to assist with your business decision for this acquisition. Please do not send non-relevant marketing data. The Government has not determined a Small Business set aside percentage.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b68d630d1f4c495ba531c01c5dd50d52/view)
 
Record
SN05635980-F 20200427/200425230134 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.