Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2024 SAM #8198
SOURCES SOUGHT

R -- West Desert Test Center (WSTC) Mission Support Services (MSS)

Notice Date
5/6/2024 12:09:56 PM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QM MICC TSC FORT WALKER VA 22427-0000 USA
 
ZIP Code
22427-0000
 
Solicitation Number
W91QEY-24-R-MSS1
 
Response Due
6/7/2024 1:00:00 PM
 
Archive Date
06/22/2024
 
Point of Contact
Ingrid V. Smith, Roger A. Owen
 
E-Mail Address
ingrid.v.smith.civ@army.mil, roger.a.owen.civ@army.mil
(ingrid.v.smith.civ@army.mil, roger.a.owen.civ@army.mil)
 
Description
****************************************************************************************************************************************************** CORRECTION ISSUED 06 May 2024:� The original notice incorrectly stated the requirement is an 8(a) set-aside.� There is NO set-aside established at time of this Sources Sought notice.� Upon evaluation of RFI responses and Capability Statements / Information Papers, as applicable, if the Government determines an Unrestricted acquisition is appropriate, the Government may conduct additional market research to determine appropriate small business subcontracting goals. ATTACHMENTS: WDTC MSS RFIs_1_CORRECTED ****************************************************************************************************************************************************** REQUIREMENT INTRODUCTION: The West Desert Test Center (WDTC), located on U.S. Army Dugway Proving Ground (DPG), Utah, plans, conducts, evaluates, and reports on developmental, operational tests and supports Tactics, Techniques, and Procedures (TTP) development, training to assess the military value of Chemical and Biological (CB) defense systems, incendiary smoke/obscuration munitions systems, and related operational concepts.� WDTC plans, conducts, evaluates, reports, and supports CB and non-CB testing efforts for the Department of Defense (DOD), other federal agencies, private industries, and foreign Governments (e.g., environmental assessment/impact evaluations, weapons and munitions demilitarization, chemical energetics/homemade explosive testing, unmanned systems testing, direct and indirect fire weapons testing, hazard assessments, and technical/logistical support of operations at DPG).� WDTC supports the following Divisions/Branches: (1) Operations, (2) Chemical Test, (3) Special Programs, (4) Data Sciences, (5) Test Support, (6) Meteorology, and (7) Biological Testing. The U.S. Army is conducting market research via this Sources Sought and Industry Day Special Notice for the follow-on contract to provide non-personal services supporting WDTC.� In performing non-personal services required to support developmental and operational testing at WDTC, the Contractor shall provide all personnel, management, supervision, supplies, materials, equipment, and tools, not otherwise provided as Government furnished property (GFP).� As a part of market research efforts, a DRAFT Performance Work Statement (PWS) is included with this Sources Sought and Special Notice for industry review and feedback in order to determine potential refinements, clarification of requirements, and overall market capability and interest in performing the Army�s non-personal services requirements at WDTC. REQUIRED CAPABILITIES: The prospective contractor shall provide services necessary to support and perform field, chamber, and laboratory test services in support of all Divisions identified above.� Interested vendors shall review the DRAFT PWS in its entirety for a complete understanding of potential requirements. SPECIAL REQUIREMENTS: Personnel and Facility Security Clearances:� Prospective contractor personnel (to include subcontractors) performing work on any follow-on contract must have appropriate security clearance based on duty position prior to performing work under the proposed contract and must maintain the level of clearance required for the life of the contract.� A DD 254 Contract Security Classification Specification applies, and any resulting contract awardee (prime contractor) shall have or demonstrate ability to obtain Top Secret or Secret Facility Clearance, as appropriate. ADDITIONAL DETAILS: The anticipated period of performance (PoP) is a two-month phase in period, followed by a 10-month base period plus seven (7), 12-month option periods, to be exercised at the discretion of the Government.� The phase-in period is anticipated to commence OCT 2025. The contract type is anticipated as a Cost-Plus-Fixed-Fee (CPFF) Indefinite Delivery, Indefinite Quantity (IDIQ).� The proposed contract is anticipated to include tasks that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. REQUEST FOR INFORMATION (RFI): The Excel file entitled, �WDTC MSS RFIs_1� is attached to this notice and requested for interested vendor feedback as instructed as follows.� Vendors are requested to input responses to ALL questions/RFIs in the corresponding question column/row, as marked.� Responses shall clearly demonstrate applicable technical expertise and capability in sufficient detail for the Government to determine a vendor possesses the necessary functional area expertise and experience to compete for this acquisition.� It is critical interested vendors responding to the RFI articulate capabilities clearly and adequately.� Additional RFI response and submission instructions are as follows: RFI responses shall be entitled, �WDTC MSS RFIs_1_VENDOR NAME� and submitted in either .xlsx or .pdf (Adobe Acrobat 9 Pro) format. Email submission to the MICC Contract Specialist/Contracting Officer and Requiring Activity (RA) POC/Contracting Officer Representative (COR), respectively, identified as follows:� ingrid.v.smith.civ@army.mil and roger.a.owen.civ@army.mil Classified material will NOT be accepted. Material samples will NOT be accepted. In addition to the RFI responses, Capability Statements and/or Information Papers in White Paper format are permitted but shall not exceed five (5) pages in length (including any technical content, charts and/or graphs) and shall provide information over and above content provided in the RFI response file.� This optional information shall be entitled, �WDTC MSS Information Paper_1_VENDOR NAME� and must be submitted in .docx or .pdf (Adobe Acrobat 9 Pro) format. The 5 pages allowable shall be single-spaced, Times New Roman, 12-point font. �Industry comments, questions, requests for clarity or any recommendations to the DRAFT PWS shall be submitted via �Comments� and �Track Changes� functionality and returned in the same .docx format as posted. RFI Responses, optional additional Capability Statement / Information Papers, and DRAFT PWS feedback shall be submitted to the contracting and requiring activity POCs identified at #2 above, no later than 4 PM EDT, 07 JUN 2024. INDUSTRY DAY: The Government will host an Industry Day, 29-30 May 2024 at WTDC for interested vendors to tour the WDTC facilities, Divisions, and gain additional understanding of the WDTC MSS requirement.� Industry Day attendees shall register for the event as follows: Submit vendor name, vendor representative name(s), Date of Birth, driver�s license number and issuing state, email(s), phone number(s) to the WTDC Industry Day event coordinator and COR, roger.a.owen.civ@army.mil, NO LATER THAN 4 PM Eastern Daylight Time (EDT), 24 May 2024.� Registration after this date will NOT BE ACCEPTED. Confirmation of successful registration will be provided by the Government Point of Contact (POC) and event coordinator at #1 above. NOTE:� Registered attendees must present his/her driver�s license at Visitor Control Center for event check-in. DISCLAIMER: This Notice is issued solely for information and planning purposes and shall NOT be considered an invitation for bid (IFB), request for quotation (RFQ), request for proposal (RFP), or as an obligation on the part of the Government to acquire any product or services.� Any response to this Notice is strictly voluntary and will be treated as information only.� No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of any response to this Notice or the Government�s use of such information.� This RFI and Industry Day action is NOT tied to any current/open RFP. A vendor�s choice to not respond to this Notice does NOT preclude participation in any future RFP, if issued. The information provided herein is subject to change and is NOT binding on the Government. The Government does NOT intend to award a contract on the basis of this Notice. No feedback and/or evaluation will be provided to any vendor�s individual RFI response or Capability Statement / Information Paper, if applicable.� Vendors shall note, NO proprietary, classified, confidential, or sensitive information shall be included in any response.� The Government reserves the right to use any non-proprietary information in any resulting RFP, if applicable. ATTACHMENTS: DRAFT PWS_Revision 7 dated 22 Apr 2024 WDTC MSS RFIs_1
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/36343f7b5e914dcba8eff5b19b88f85d/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07054701-F 20240508/240506230049 (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.