SOURCES SOUGHT
J -- Integrated Ballistic Data Acquisition System (IBDS)
- Notice Date
- 7/28/2020 4:29:51 PM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- W6QM MICC-YUMA PROV GRD YUMA PROVING GROUND AZ 85365-9498 USA
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R20Q0027
- Response Due
- 8/7/2020 11:00:00 AM
- Archive Date
- 08/22/2020
- Point of Contact
- Jennifer Garcia, Phone: 9283284019, Fax: 9283286534, Edgar Angulo, Phone: 9283286172
- E-Mail Address
-
Jennifer.m.garcia108.civ@mail.mil, edgar.angulo.civ@mail.mil
(Jennifer.m.garcia108.civ@mail.mil, edgar.angulo.civ@mail.mil)
- Small Business Set-Aside
- 8AN 8(a) Sole Source (FAR 19.8)
- Description
- THIS IS A Sources Sought Notice ONLY.� The U.S. Government currently intends to award a contract for W9124R20Q0027 on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.� In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. The proposed sole source commercial item firm fix price contract to Averna, Inc. for non-reoccurring engineering (NRE) services to design/develop/integrate a state of the art data acquisition system that shall replace obsolete hardware while maintaining the proprietary IBDS software code base. The statutory authority for the sole source procurement is Simplified Procedures for Certain Commercial Items, 41 U.S.C. 1901 as implemented by Federal Acquisition Regulation (FAR) Subpart 13.501(a)(1)(ii) for sole source commercial acquisitions. Attached are the draft Performance Work Statement (PWS), Performance Requirements Summary (PRS) and Technical Exhibits with workload data. This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder.� A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.� However, if a competitive solicitation is released, it will be synopsized on the Governmentwide Point of Entry.� It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement.� The NAICS codes is 541511 Custom Computer Programming Services In response to this sources sought, please provide: 1. Describe the technical capabilities that would be provided by your company to support the following: a) �Perform a complete modernization of the Integrated Ballistic Data Acquisition System (IBDS) hardware components in order to mitigate hardware obsolescence. The IBDS is an intricate data acquisition system specifically developed and refined over the years for ballistic testing at the U.S. Army Yuma Proving Ground (USAYPG). ����������� b)� Using the current IBDS as a baseline, migrate proprietary software base code that has been historically developed (13+ years) onto a modern and improved hardware platform. c)� Guarantee software code integrity by taking full responsibility for addressing any potential software bugs that might surface during new code development as part of the migration process. d)� Perform a Site Acceptance Test (SAT) at USAYPG to prove the modernization upgrades will meet the needs of USAYPG Yuma Test Center (YTC) Instrumentation Division (ID) requirements. 2.� Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution solutions.� Also contact the MICC Advocate for Competition, Scott Kukes, at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition.� Include the subject of the acquisition, this announcement, and the MICC POC information from the Sources Sought Synopsis.� Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 3.� Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, identify business size (large business or a small business), and if applicable, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 4.� Identify whether your firm is interested in competing for this requirement as a prime contractor or not.� Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 5.� Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.� 6.� Information to help determine if the requirement (item or service) is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 7.� Identify how the Army can best structure these contract requirements to facilitate competition, including competition among small business concerns. 8.� Recommendations to improve the Army's approach/specifications/draft PWS/PRS to acquiring the identified items/services.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/833c4483fa8246f6b0c1f07be4d30ff4/view)
- Place of Performance
- Address: Yuma Proving Ground, AZ 85365, USA
- Zip Code: 85365
- Country: USA
- Zip Code: 85365
- Record
- SN05736767-F 20200730/200728230145 (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 |