Search Contract Opportunities

Geospatial Research, Integration, Development and Support (GRIDS) III Small Business Set-Aside (SBSA) Advisory Multi-Step (AMS) Process   3

ID: W5J9CQ19R0003 • Type: Presolicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

1. Description The Advisory Multi-Step (AMS) Process related to Request for Proposal (RFP), W5J9CQ19R0003, is issued under the authority of Federal Acquisition Regulation (FAR) 15.202, AMS Process. 2. Introduction The U.S. Army Geospatial Center (AGC) is seeking qualified contractors for its procurement entitled "GRIDS III SBSA". The GRIDS III SBSA acquisition will be conducted using the procedures in FAR Part 15. The Government anticipates awarding up to 4 Indefinite Delivery/Indefinite Quantity (ID/IQ) awards. The GRIDS III SBSA contracts will have an estimated value of $48,000,000.00, and will have a base period of one year with four, one-year option periods. The NAICS code for the acquisition is 541715, Research and Development (R&D) in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) with a small business size standard of 1,000 employees. The contractor will need to possess and maintain facility clearances of at least Top Secret, Specialized Compartmentalized Information (TS/SCI) from the Defense Security Service (DSS). The contractor will also need to have a Defense Contract Audit Agency (DCAA) approved accounting system for the performance of cost reimbursement task orders. The ID/IQ awards will allow for the issuance of both Firm Fixed Price (FFP) and Cost Reimbursement task orders. 3. GRIDS III SBSA Scope The GRIDS III SBSA Scope will include a full range of services and solutions necessary for the AGC to coordinate, integrate, and synchronize geospatial information requirements and standards across the Army; develop geospatial enterprise enabled systems for the Army and the Department of Defense (DoD); and provide direct geospatial support to the Warfighter. The services acquired under this contract shall apply to the full range of security domains, from Unclassified through TS/SCI. See the attached GRIDS III SBSA Task Areas for the full scope of this contract. These services do not require registered or licensed architects or engineers. Any reference to geospatial data collection excludes Architectural and Engineering (A/E) services including surveying and mapping as it pertains to the design, construction, and repair of buildings, facilities and other real property. Data collection involving A/E quality work requiring these types of services by a professional land surveyor will be performed using other existing U.S. Army Corps of Engineers (USACE) contracts that meet The Brooks Act: Federal Government Selection of Architects and Engineers (Public Law 92-582) requirements. 4. AMS Process The AMS process is conducted to allow potential prime contractors to submit qualifying documentation demonstrating company qualifications that will allow the Government to advise them about their potential to be viable competitors for the GRIDS III SBSA acquisition. This AMS process asks potential interested offerors to submit limited information that focuses on the offerors: (1) Prime Contractor Technical Experience; (2) Clearances; and (3) Adequacy of Accounting System. The Government will evaluate all responses in accordance with the criteria in paragraph 6 below, and advise each respondent in writing either that it will be invited to participate in the resultant acquisition or, based on the information submitted, that it is unlikely to be a viable competitor (including a general basis for that opinion). Notwithstanding the advice provided by the Government, offerors identified as unlikely to be viable competitors as prime contractors may still participate in the resultant acquisition. The AMS process is entirely independent of the source selection process for the GRIDS III SBSA awardees. 5. Submission Instructions 5.1 Format for Submissions - Potential prime contractors are requested to provide the information outlined below. Information beyond that requested or beyond page limitations set forth is neither desired, nor will it be considered in the assessment. All page limitations are based on single sided pages, 8.5 x 11 inch paper, single spaced, Arial typeface no small than 12-point (smaller fonts are acceptable for graphics, figures, tables, footnotes and legends), and 1 inch margins. Costly, complex submissions are neither required nor desired. 5.2 Submission Date, Time and Location - Electronic submissions should be received no later than 4:00pm Eastern Time on December 19, 2018 at zachary.garst@usace.army.mil and tammy.d.lopez@usace.army.mil. 5.3 Content Requirements - All submissions must include the information described in Sections 5.3.1 through 5.3.3. Note that content which exceeds the specified page limits may not be considered by the Government in conducting the AMS viability assessment. The response must be sufficient to permit an assessment of each criteria. 5.3.1 - Prime Contractor Technical Experience - For each of the task areas listed in the "Task Areas" document attached to this notice, the interested prime contractor is to submit examples of its most "recent" and "relevant" project efforts to demonstrate its company's accomplishments in those areas. No more than one project effort may be submitted for each task area. It is required that the interested prime contractor submit a project effort for Task Area 5.1, Task Area 5.2, and Task Area 5.3 demonstrating that the interested prime contractor self-performed these three task areas. Interested companies are not required to demonstrate experience in all of the remaining task areas (Task Areas 5.4 through 5.15); however, the Government places a high value on responses that demonstrate a diverse portfolio evidencing recent, relevant efforts in response to all of the task areas. The Government is interested in seeing the interested prime contractor's breadth of experience both in self-performance of the task areas, as well as through the use of teaming arrangements with other qualified companies. Responses are limited to no more than 30 pages and must demonstrate the interested prime contractor's ability to provide the required services identified in the attached task areas document. Interested prime contractors should use current or past contract examples for work performed within the past five years that is directly related to the requirements listed in the task areas document. Current examples shall be at least 50% complete. Respondents shall list any relevant work by specific contract number to allow for review. Additional information for each example shall include: (1) Prime Contractor Name and Subcontractors Names (2) Contract Number or Task Order Number. An overall ID/IQ number shall not be used. (3) Name of Project (4) Location of Project (5) Customer's Name and Customer's Point of Contact (telephone, email) (6) General Scope of Project (include project size, complexity, and any distinctive and/or unique features of the project) (7) Your Role (Prime, Subcontractor, Joint Venture Partner) and the type of work your company self-performed (8) Contract Type (e.g., performance-based, FFP, Cost Reimbursement, etc.) (9) Contract Award Date (Month/Year); Completion Date of the Base Year (Month/Year); Completion Date of Option Years (Month/Year) (10) Contract/Task Order Dollar Value (Inclusive of Option Years). Respondents to this AMS shall not include an overall ID/IQ value, rather an example under an ID/IQ contract shall be a specific task order and that specific task order dollar value. When the company responding to this AMS did not do all of the work under a specific contract or task order, the respondent shall also show the total dollar value of the work that its company performed in relation to the total dollar value of the contract or task order. (11) Type and Extent of Work Subcontracted. Also be clear as to what percentage of the work was subcontracted. (12) Termination or Liquidated Damages Information: comments regarding any known performance deemed unacceptable to the customer or not in accordance with the contract terms and conditions. A project example is defined as a contract or task order where services or deliverables were performed or are still being performed anytime within five years of issuance of this AMS Process presolicitation notice. Interested prime contractors shall not use a base ID/IQ contract number as an example, rather a specific task order would be used as a project example under an ID/IQ contract. 5.3.2 - Clearance Level - Address the level of the interested prime contractor's facility clearance. 5.3.3 - Adequacy of Accounting System - Address if the interested prime contractor has a DCAA Approved Accounting System. 6. Evaluation of the AMS Submissions The Government will evaluate viability based on an assessment of the following criteria: Prime Contractor Technical Experience, Clearance Level, and Adequacy of Accounting System. 7. Disclaimer This presolicitation notice does not constitute a solicitation. Potential offerors are solely responsible for all expenses associated with responding to this presolicitation notice and will not be reimbursed by the Government.

Overview

Response Deadline
Dec. 19, 2018, 4:00 p.m. EST Past Due
Posted
Nov. 19, 2018, 5:50 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Not Provided
Source

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
High
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
77% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 11/19/18 Army Geospatial Center issued Presolicitation W5J9CQ19R0003 for Geospatial Research, Integration, Development and Support (GRIDS) III Small Business Set-Aside (SBSA) Advisory Multi-Step (AMS) Process due 12/19/18. The opportunity was issued with a Small Business (SBA) set aside with NAICS 541715 (SBA Size Standard 1000 Employees) and PSC A.
Primary Contact
Title
Contracting Officer
Name
Zachary Garst   Profile
Phone
(703) 428-6632

Secondary Contact

Title
Contracting Officer
Name
Tammy Lopez   Profile
Phone
None

Documents

Posted documents for Presolicitation W5J9CQ19R0003

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation W5J9CQ19R0003

Award Notifications

Agency published notification of awards for Presolicitation W5J9CQ19R0003

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W5J9CQ19R0003

Contract Awards

Prime contracts awarded through Presolicitation W5J9CQ19R0003

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W5J9CQ19R0003

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W5J9CQ19R0003

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
Jan. 3, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
Jan. 3, 2019