SOURCES SOUGHT
B -- Analytic and Engineering Mission Support Services
- Notice Date
- 3/13/2025 1:07:14 PM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- W6QM MICC-FDO FT CAVAZOS FORT CAVAZOS TX 76544-0000 USA
- ZIP Code
- 76544-0000
- Solicitation Number
- W91151-25-R-0012
- Response Due
- 3/28/2025 10:00:00 AM
- Archive Date
- 04/12/2025
- Point of Contact
- Traci Leonard, DeJahn Ingram
- E-Mail Address
-
traci.d.leonard2.civ@army.mil, dejahn.t.ingram.civ@army.mil
(traci.d.leonard2.civ@army.mil, dejahn.t.ingram.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- U.S. Army Futures Command, The Research and Analysis Center, White Sands Missile Range Analytic and Engineering Mission Support Services The purpose of this sources sought is to gain knowledge of the potential interested businesses for this requirement. This notice is for planning purposes only. All interested parties should respond. Performance for this requirement is at TRAC White Sands Missile Range, New Mexico (TRAC �WSMR). The planned NAICS code is 541511-Custom Computer Programming Services with a standard size of $34 million. We encourage all 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), to identify their capabilities in meeting the requirement at a fair market price. This is a sources sought notice only. The Government will not enter into an agreement based on responses to this notice. The Government is trying to determine if there are adequate sources for this requirement. If you are interested in this requirement, please reply to this sources sought notice and include answers to the questions below by the closing date of this notice. Please submit via e-mail to the points of contact listed in this notice. Reference the sources sought notice number in your response. DESCRIPTION OF THE REQUIREMENT: This is a follow-on requirement to provide analytical and engineering support services to the United States Army Futures Command, The Research Analysis Center (TRAC) in support of mission requirements on the White Sands Missile Range, New Mexico (TRAC �WSMR). The Contractor shall provide all labor, management, supervision, supplies, materials, equipment, training, and tools, necessary to perform modeling and simulations, scenarios, war gaming, exercise and experimentation, security, knowledge, content, and data management, technical reports office, analysis and engineering mission support of TRAC as defined AV); TRAC � Monterey, CA, (TRAC � MTRY); and TRAC Fort Leavenworth, KS (TRAC-HQ) (TRAC - FLVN). TRAC�s primary mission is to produce relevant and credible operations analysis to inform decisions about the Army�s most important and challenging issues. TRAC serves as the principal analytical organization of U.S. Army Futures Command, while unaligned with U.S. Army Futures Command proponents. TRAC provides centralized leadership and management of analysis for combat, training, and doctrinal developments. TRAC conducts studies and analyses for U.S. Army Futures Command and Headquarters, Department of Army (HQDA); conducts studies of the integrated battlefield related to doctrine, organization, training, materiel, personnel, and leadership; designs and develops models and simulations (M&S) for capabilities development; participates in technical exchange programs at the national and international levels; provides analytical support to Army Capabilities Integration Center (ARCIC), Centers of Excellence (CoE), and schools; directs research related to methods, models, and analysis; establishes, maintains, and manages the databases, scenarios, models, and war gaming tools required to support analyses and studies; and reviews and ensures, as directed, the quality of U.S. Army Futures Command studies before their approval. Attached is the draft Performance Work Statement (PWS). INFORMATION SOUGHT BY THE GOVERNMENT: Company Information: Company Name Address Point of Contact Telephone Number E-mail address Business size (small or other than small business) and socio-economic status for the listed NAICS code. If your company is currently registered in System for Award Management (SAM). 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. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify parts of the PWS that can be subcontracted. Additionally, identify joint ventures or teaming arrangements that will be pursued, if any. 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. This notice does not commit the U.S. Government to contract for any supply or service. Further, the Government is not seeking bids or proposals at this time and will not accept unsolicited proposals in response to this notice. The Government will not pay for any costs incurred in response to this notice. Not responding to this notice does not preclude participation in any future solicitation. If a solicitation is released, it will be posted on SAM.gov. It is the responsibility of potential offerors to monitor SAM.gov for additional information pertaining to this requirement. Responses to this sources sought notice, including any capabilities statement shall be sent to the Contracting Officer Dr. Traci D. Leonard at traci.d.leonard2.civ@army.mil; and the Contract Specialist DeJahn T. Ingram at dejahn.t.ingram.civ@army.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/09e40af8ab184de5b6b0e7fd796c7ab4/view)
- Place of Performance
- Address: White Sands Missile Range, NM, USA
- Country: USA
- Country: USA
- Record
- SN07372216-F 20250315/250314000114 (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 |