Search Contract Opportunities

Geospatial, Research, Integration, Development and Support (GRIDS) III   4

ID: W5J9CQ-16-R-0008 • Type: Sources Sought

Description

Posted: March 23, 2017, 7:09 p.m. EDT

This is a Request for Proposal (RFP) for the Geospatial, Research, Integration, Development and Support (GRIDS) III requirement. The US Army Geospatial Center in Alexandria, Virginia intends to award a Multiple Award Task Order Contract (MATOC) from this RFP.
Description of Supplies/Services: The GRIDS III contract is designed to provide services necessary to acquire special skills, systems engineering and technical services to perform research and development activities, maintenance, and operational support that relate to rapid development, limited fielding and geospatial technology services for the warfighter.

The GRIDS III MATOC period of performance will be for a base year and up to four (4) option periods, not to exceed five (5) years.

Posted: March 9, 2016, 9:48 a.m. EST

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The US Army Corps of Engineers, Army Geospatial Center (AGC), is issuing this Request for Information (RFI) / Sources Sought to perform market research in order to determine the availability of firms which possess the capability to execute the requirements in the attached draft Performance Work Statement (PWS). No proposals are being requested or accepted in response to this RFI. This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation costs.
Requirement:

The anticipated formal solicitation is for an Indefinite Delivery Indefinite Quantity (IDIQ) Multiple Award Task Order Contract (MATOC) with a maximum value of $200M, over a five year ordering period. This RFI/Sources Sought is NOT a request for proposals, nor does it restrict the Government as to the ultimate acquisition approach. Therefore, we invite any size business concerns to provide a capability statement in response to this RFI/Sources Sought.
The AGC has a world-wide requirement. There is a need to acquire special skill sets, systems engineering, and technical services to accomplish its mission, which is to coordinate, integrate and synchronize geospatial information requirements and standards across the Army; develop and field geospatial-enterprise enabled systems and capabilities to the Army and the Department of Defense; and to provide direct geospatial support and product to Warfighters. The services to be procured are non-personal and are not inherently Government functions. Activities to be performed include Research, Applied Research and Development, Verification and Validation, Integration, Testing, Support of Geospatial Systems and Services, Sensor(s) Development, System Engineering, Integration, Materiel Fabrication, Experimentation, Management Assistance and Operational Support of Geospatial Technologies. Valid domain areas include Topographic and Geospatial Engineering, Military Intelligence, Mission Command, Modeling and Simulation, Sustainment, Maintenance and Special Operations.
Feedback addressing the clarity, feasibility, scope and potential alternative means of meeting the Government's requirement is sought. The anticipated North American Industry Classification System Code (NAICS) for these requirements is 541712. The business size standard for this NAICS is 500 employees. Your response should identify your business size (large or small) in relation to this NAICS Code.
Security Requirements:

The contractor may be required to have access to unclassified, For Official Use Only (FOUO), Secret, Top Secret (TS), Sensitive Compartmented Information (SCI), SAP and ACCM. Personnel requiring access to Government data shall hold at least a Secret clearance, and when required, be eligible for access to Top Secret, SCI, SAP, and ACCM data. All key personnel shall possess a Top Secret clearance and be eligible for SCI adjudication at the start of performance. All remaining personnel shall possess Secret clearances.

Capabilities Package:

AGC is seeking a Prime capable of providing all the services listed as items 5.1 through 5.17 in the draft PWS, independently or through the use of Subcontractors and/or partners. At a minimum, the Prime must demonstrate the capability to independently provide the services listed as items 5.1 through 5.4. The Prime may employ Subcontractors and/or Partners for the remaining services, items 5.5 through 5.17. Interested sources shall possess and demonstrate an in-depth understanding of all the requirements listed in the draft PWS items 5.1 through 5.17. Responses are limited to no more than 10 pages, consisting of font size 12 and must demonstrate the ability to provide the specific required services identified in the draft PWS sections 5.1 through 5.17. Based on the page limitation, contractors should use current or past contract examples for work performed within the past three years that is directly related to requirements listed in section 5 of the draft PWS. Respondents shall list any relevant work by specific contract number to allow for review.
Responses:

The information provided in the RFI is subject to change and does not bind the Government. Interested sources are discouraged from submitting commercial literature in response to this RFI. Any submissions of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposals (RFP). AGC has not made a commitment to procure any of the products or services discussed, and the release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. AGC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. All submissions become Government property and will not be returned. RESPONSES ARE DUE NO LATER THAN 8 APRIL 2016, 12:00 PM, EST. Direct all questions regarding this Sources Sought to the attention of Zachary Garst, Contract Specialist, Phone: (703) 428-6632, Email zachary.garst@usace.army.mil; Tammy Lopez, Contracting Officer, Phone (703) 428-3611.
Note: This notice is not a Request for Proposals, Invitation for Bid, or a Request for Quotes.

Overview

Response Deadline
May 16, 2017, 3:00 p.m. EDT (original: April 8, 2016, 1:00 p.m. EDT) Past Due
Posted
March 9, 2016, 9:48 a.m. EST (updated: April 27, 2017, 6:31 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
47%
On 3/9/16 Army Geospatial Center issued Sources Sought W5J9CQ-16-R-0008 for Geospatial, Research, Integration, Development and Support (GRIDS) III due 5/16/17. The opportunity was issued full & open with NAICS 541712 and PSC A.
Primary Contact
Title
Contract Specialist
Name
Zachary Garst   Profile
Phone
(703) 428-6632

Secondary Contact

Title
Contracting Officer
Name
Kirby Beard   Profile
Phone
(703) 428-6602

Documents

Posted documents for Sources Sought W5J9CQ-16-R-0008

Question & Answer

Opportunity Lifecycle

Procurement notices related to Sources Sought W5J9CQ-16-R-0008

Award Notifications

Agency published notification of awards for Sources Sought W5J9CQ-16-R-0008

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought W5J9CQ-16-R-0008

Contract Awards

Prime contracts awarded through Sources Sought W5J9CQ-16-R-0008

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W5J9CQ-16-R-0008

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W5J9CQ-16-R-0008

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > USACE > PARC-WINCHESTER > W6RN USA GEOSPATIAL CTR
FPDS Organization Code
2100-W5J9CQ
Source Organization Code
500045808
Last Updated
July 16, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
July 16, 2019