Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 18, 2001 PSA #2832
ANNOUNCEMENTS

SYSTEMS ENGINEERING AND TECHNICAL ASSISTANCE CONTRACT (SETAC) -- DRAFT RFP

Notice Date
April 16, 2001
Contracting Office
U.S. Army Space & Missile Defense Command, Attn: SMDC-CM, 106 Wynn Drive, Huntsville, AL 35805-1990
ZIP Code
35805-1990
E-Mail Address
Click here to contact Contracting Officer via email (lynne.washburn@smdc.army.mil)
Description
This acquisition is for Systems Engineering and Technical Assistance to the US Army Space and Missile Defense Command (USASMDC), Huntsville and Washington DC; Program Executive Office Air and Missile Defense (PEO-AMD); National Missile Defense Joint Program Office (NMDJPO); and Other Government Agencies related to space, air, and/or missile defense. The contractors will be expected to provide non-personal services for systems engineering and technical assistance in support of the Mission and Function Statements for organizations listed above in areas related to space, air, and/or missile defense. This support is both broad ranging and ever changing. The SETAC scope of work (SOW) is anticipated to provide for seven functional areas: Requirements Definition, Integration, and Planning; Technology Development, Assessment, and Validation; Threat Estimation/Projections; Weapons Lethality and Effects Estimation; Engagement Simulation and Interfacing; Program/Project Analysis, Evaluation, and Support; and Production and Fielding Support. The advisory and assistance services support will be in the planning, execution, and evaluation of its various mission-related tasks and projects. The contractors must provide flexible, responsive, and high quality systems engineering and technical support to fulfill the broad set of requirements contained in the SOW. The contractor will develop plans; conduct studies, independent analyses, and simulations; provide technological assessments; and perform related tasks in systems definition, experiments, technology demonstrations and support more-advanced engineering development programs in the execution of these requirements. Further, the contractor will evaluate, analyze, critique, and assess the adequacy, timeliness, and cost of the work performed by other systems and subsystems contractors. The contractor will also formulate and recommend alternative solutions to potential problems. Qualified sources must have related experience and possess the wide range of experience to support the spectrum of technologies associated with air, space, and missile defense. The resultant contracts will contain an organizational conflict of interest (OCI) clause that would limit a successful offeror from participating in any other USASMDC, PEO-AMD, NMDJPO, or Ballistic Missile Defense Organization (BMDO) contracts without the prior express written permission of the SETAC Contracting Officer. To the greatest extent possible, while still protecting the Government's interests, the OCI clause will be applied only for the supported technology areas of the contractor's actual SETAC performance. All prime contractors shall be free from any major or significant conflicts of interest relative to the overall SETAC performance. Further, all prime contractors must be legally, financially, managerially, and physically separate from any element of a company that itself has real or potential conflicts between performance of SETAC and any/all other contracts. In accordance with the Federal Acquisition Streamlining Act of 1994, as modified, this acquisition will result in multiple-award contracts with identical scopes of work and numbers of direct productive person hours (DPPHs). The Government anticipates the award of up to seven contracts: one HUBZone Set Aside; one 8(a) Set Aside; 2 Small Business Set Asides; and up to 3 full and open awards; the source selections will be made in the order shown above. These contracts will be awarded as five-year indefinite delivery/indefinite quantity (ID/IQ) contracts; the Government is also considering awarding the SETACs as Award Term contracts with the potential to earn an additional five-year follow-on contract based on performance ratings received during the first contract. The contracts will consist of fixed-price labor categories and cost reimbursable travel and materials line items. The Government does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors. Further, we do not intend to impose any restrictions on team membership after award. (NOTE: Regarding team membership during the proposal stage of this acquisition, all offerors will be required to identify specific team members and subcontractors; define/explain their anticipated function on the team; justify each of the proposed team members in relationship to the functional areas of the SOW. All team members/subcontractors must be addressed within the Management Proposal limitations in the RFP.) In order to be considered for award, offerors must possess a TOP SECRET facility security clearance. It is anticipated that this acquisition will preclude foreign participation at either the prime or subcontractor levels. Small Businesses should note the FAR 19 Standard Industrial Classification (SIC) Code and size standard for the SETAC is 8731/1000 employees and the North American Industry Classification System (NAICS) Code and size standard is 54171/1000 employees. The Draft RFP DASG60-01-R-0003 is scheduled to be issued on or about 23 April 2001. The final RFP is scheduled to be issued on or about 9 August 2001 with a closing date approximately forty-five (45) days after RFP issuance. Additional acquisition information, as well as the DRFP and RFP, when released, is/will be available at the SETAC Website, http://www.smdc.army.mil/Contracts/SETAC.html NO PAPER COPIES OF THE DRFP OR THE RFP WILL BE PROVIDED NOR IS A MAILING LIST BEING MAINTAINED FOR THIS ACQUISITION AS BOTH THE DRFP/RFP WILL BE POSTED ON THE ABOVE WEBSITE ADDRESS.
Web Link
SETAC WebPage -- Clink here to access DRPF and other (http://www.smdc.army.mil/Contracts/SETAC.html)
Record
Loren Data Corp. 20010418/SPMSC010.HTM (W-106 SN50J3M9)

SP - Special Notices Index  |  Issue Index |
Created on April 17, 2001 by Loren Data Corp. -- info@ld.com