Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2025 SAM #8460
SOURCES SOUGHT

R -- US ARMY AVIATION CAPABILITY DEVELOPMENT AND INTEGRATION DIRECTORATE (A-CDID) SUPPORT FOR ARMY CAPABILITY MANAGERS (ACM) � LIFT, RECONNAISSANCE AND ATTACK (R/A), UNMANNED AIRCRAFT SYSTEMS (UAS), CONCEPTS, EXPERIMENTATION, AND ANALYSIS DIRECTORATE (CEAD) EXP

Notice Date
1/23/2025 11:54:47 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W6QM MICC-FDO FT EUSTIS FORT EUSTIS VA 23604-5538 USA
 
ZIP Code
23604-5538
 
Solicitation Number
W911S0-25-R-CDID
 
Response Due
1/29/2025 9:00:00 AM
 
Archive Date
02/13/2025
 
Point of Contact
Tinesha P. Lamb, Phone: (520) 944-2067, Faith Harris, Phone: (520) 725-5396
 
E-Mail Address
tinesha.p.lamb.civ@army.mil, faith.r.harris2.civ@army.mil
(tinesha.p.lamb.civ@army.mil, faith.r.harris2.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE US ARMY AVIATION CAPABILITY DEVELOPMENT AND INTEGRATION DIRECTORATE (A-CDID) SUPPORT FOR ARMY CAPABILITY MANAGERS (ACM) � LIFT, RECONNAISSANCE AND ATTACK (R/A), UNMANNED AIRCRAFT SYSTEMS (UAS), CONCEPTS, EXPERIMENTATION, AND ANALYSIS DIRECTORATE (CEAD) EXPERIMENTATION AND MODERNIZATION ACTIVITIES THIS IS A Sources Sought Notice ONLY. The U.S. Government desires to procure a U.S. Army Aviation Capability Development and Integration Directorate (A-CDID) support for Army Capability Managers (ACM). The Mission Installation and Contracting Command (MICC) ? Fort Eustis is conducting market research to identify parties that are interested in and have the resources to meet the Army�s statement of objectives. When responding to this Sources Sought Synopsis provide information sufficient to support your claims. We encourage all businesses to identify their capabilities in meeting the requirement at a fair market price. This notice is issued solely for information and planning purposes � it 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. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a 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 anticipated NAICS code is: 541990 All Other Professional, Scientific, and Technical Consulting Services with a size standard of $19.5 Million. A need is anticipated for the US Army Aviation Capability Development and Integration Directorate (A-CDID) support for Army Capability Managers (ACM). This is a services contract to provide professional support services for Army Capability Managers located at United States Army Aviation Center of Excellence (USAACE), Fort Novosel, Alabama, Fielded Force Integration Directorate (FFID), in its mission to develop Army Aviation related required concepts and capabilities for current and future forces. This requirement focuses on support required to assist Army Capability Manager-LIFT and Army Capability Manager- Reconnaissance and Attack in the conduct of capabilities development and integration of unmanned aircraft systems (UAS), manned Reconnaissance and Attack aircraft, manned Utility and Cargo aircraft, Fixed Wing Aircraft, and Army Aviation weapons and munitions requirements development and integration support including associated Training Aids, Devices, Simulators (TADSS). Also included are optional tasks support for, synchronization and integration of Doctrine, Organization, Training, Materiel, Leader Development, Personnel, Facilities and Policy (DOTMLPF-P) efforts with Headquarters Department of the Army and TRADOC Commands and TRADOC Center of Excellence FFID/ACM on enduring Aviation portfolio modernization strategies and fielding of current and future aviation systems and requirements for Electromagnetic and Cyber impacts against Army Aviation systems (to be exercised when necessary). Attached is the: Aviation Capability Development and Integration Directorate (A-CDID) support for Army Capability Managers (ACM) Performance Work Statement. Submission Instructions: Interested parties are requested to submit a capabilities statement of no more than fifteen (15) pages in length in Arial font of not less than 10-point font. The deadline for response to this request is no later than 12 pm, EST, January 29, 2025. All responses under this request must be e?mailed to: 1. Tinesha Lamb, Contract Specialist at tinesha.p.lamb.civ@army.mil 2. Faith Harris, Contracting Officer at faith.r.harris2.civ@army.mil In response to this Sources Sought Synopsis, please provide: 1. Name of the firm, point of contact, phone number, email address, Unique Entity ID number, CAGE code, a statement regarding business status (including Large Business or Small Business and type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company�s ability to perform at least 50% of the tasking described in this PWS. 2. 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. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, time frame, government or commercial), pertinent certifications, and proposed solution, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement U.S. Army Aviation Capability Development and Integration Directorate (A-CDID) support for Army Capability Managers (ACM) 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. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please 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 Sam.gov notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations or specifications to help develop the Performance Work Statement (PWS) including acquiring the identified items/services. (Please submit this section as a separate document and reference the specific PWS section).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b20a7faf50c4b17863c265bd5863a2d/view)
 
Place of Performance
Address: Fort Novosel, AL 36362, USA
Zip Code: 36362
Country: USA
 
Record
SN07322022-F 20250125/250123230111 (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.