Search Contract Opportunities

Huachuca Training and Support Contract (HTASC) December 2016 Sources Sought Notice (SSN)   4

ID: W900KK-17-R-0014 • Type: Sources Sought
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
Draft a sources sought response template for 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

Posted: Dec. 14, 2016, 3:34 p.m. EST
UPDATED 14 DEC 16: Adding Historical Manpower Data document; this document is now part of the draft Bidder's Library. Also, updating question 7 (see updated version below) for clarity.
ORIGINAL 07 DEC 16: The Government is seeking Industry response to the 10 questions below and is also requesting questions/comments relating to the draft PWSs and Bidder's Library information posted. The Government intends to use the Industry responses to: a) finalize the acquisition strategy (full and open competition or small business set-aside, small business participation goals for HTASC, etc.) and b) finalize the PWS(s) for release with the draft Solicitation.
NOTE: This SSN is associated with SSN W900KK-16-R-0023 and Special Notice W900KK-17-R-0014.
INSTRUCTIONS:
Please submit all responses (and any other written correspondence) to the HTASC email inbox (usarmy.orlando.peo-stri.mbx.htasc@mail.mil - the size limitation is 20MB) with email subject: HTASC December 2016 Sources Sought Notice Response.

Responses are due: Wednesday, 28 December 2016, 12:00 PM EST.

Government Points of Contact:

Susan Halvatzis, Contract Specialist, ACC-Orlando, 407-208-3378, susan.k.halvatzis.civ@mail.mil

Holley McNeely, Contract Specialist, ACC-Orlando, 407-384-5596,
holley.d.mcneely.civ@mail.mil

Jennifer Kimzey, Contracting Officer, ACC-Orlando, 407-208-3297, jennifer.s.kimzey.civ@mail.mil

Please mark proprietary information/data accordingly.

Cover page shall include: company name, address, point of contact information, DUNS, CAGE, and small business information (if applicable).

Your firm's response to the 10 questions below shall be no more than five pages in length (not including the cover page or the balance sheet), Arial 11 font, with one inch margins on letter size paper. An unlimited amount of pages are acceptable for questions/comments relating to the posted PWSs and Bidder's Library information.

Please provide responses to the following questions/requests given the following ASSUMPTIONS (assumptions have been generated to align with our provisional strategy which is subject to approval and, therefore, subject to change):

HTASC is a single-award, indefinite delivery/indefinite quantity (IDIQ) vehicle
- the ordering period under the IDIQ is seven years
- Final solicitation release: May 2017
- Contract award: March 2018
- FAR 52.222-17 - Nondisplacement of Qualified Workers is applicable
- 500+ contractor man-year equivalents (CMEs) are required to support HTASC requirements

FACTS:
- Source selection will either be a full and open competition (FAR 6.1) or a small business set-aside (FAR 6.203)
- NAICS selected is: 611430 Professional and Management Development Training; $11M small business size standard

1. Is it your firm's intention to support HTASC as the prime contractor? If so, which requirements/tasks would your firm intend on supporting through subcontracts/teaming (if your firm is identified as a small business under NAICS 611430, please address compliance with FAR 52.219-14, Limitations on Subcontracting: "at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern"). Based on the requirements at hand, do you see any risks associated with supporting HTASC as the prime contractor and how do you plan to mitigate these risks? What recent and relevant (within 3 years) Prime contracts have you held to demonstrate successful performance of a requirement with commensurate size, scope, and complexity? If required, your firm can reference the original SSN response.

2. Does your firm anticipate any financial constraints associated with executing this contract that would require Government contract financing payments such as performance based payments or progress payments? Please provide all relevant details regarding any financial constraints.

3. Does your firm have a line of credit (or do you have substantial confidence that your firm would be able to obtain a line of credit) to accommodate risks associated with performing a contract of this magnitude (and any/all other contracts your firm anticipates supporting simultaneously) if necessary? Please provide all relevant details regarding lines of credit.

4. The Government anticipates utilizing cost-reimbursable line items to support some of the requirements within the HTASC. IAW FAR 16.301-3, a cost-reimbursement contract type can only be used when the contractor's accounting system is adequate for determining costs applicable to the contract or order; does your firm's accounting system meeting this requirement?

5. Please provide a copy of your firm's most recent balance sheet.

6. Is there enough information provided in the bidder's library and in the PWSs for your firm to provide a competitive proposal? If not, what additional information is required? Are there areas where the Government's requirements are unnecessarily restrictive?

7. CFR 13 Part 121 Section 121.410 states for subcontracting purposes pursuant to sections 8(d) of the Small Business Act, a concern is small for subcontracts which relate to Government procurements if it does not exceed the size standard for the NAICS code that the prime contractor believes best describes the product or service being acquired by the subcontract. If competed as full and open, both small and large businesses will be required to submit a small business participation plan that clearly demonstrates a viable plan for meeting or exceeding the defined small business participation goal (in accordance with the solicitation). Small business offerors can meet the small business participation goal through performance as a small business, or a combination of performance and small business subcontracting. The yearly Contractor Performance Assessment Reporting System (CPARS) assessment will document contractor performance against the goals identified in the small business subcontracting plan (when the solicitation/contract includes the clause at FAR 52.219-9, Small Business Subcontracting Plan), as well as, achievement of proposed/accepted small business participation percentage as defined in the small business participation plan (if full and open). Please provide comments/recommendations relating to the small business participation goal(s) that should be established for HTASC (if full and open competition).

8. Does your firm have any specific concerns relating to the transition from the current contract (WFF) to the HTASC?

9. Does your firm currently hold a Top Secret Facility Clearance?

10. What is your firm's thoughts if the Government were to prohibit exclusive teaming?

Posted: Dec. 7, 2016, 3:47 p.m. EST
Background
The Government is seeking Industry response to the 10 questions below and is also requesting questions/comments relating to the draft PWSs and Bidder's Library information posted. The Government intends to use the Industry responses to finalize the acquisition strategy (full and open competition or small business set-aside, small business participation goals for HTASC, etc.) and finalize the PWS(s) for release with the draft Solicitation.

Work Details
The contractor shall provide personnel for non-personal services as Instructors, Training Development, and training support. This includes developing, updating, and reviewing training products, providing support for exercise vignettes and simulation integration for Training Aids, Devices, Simulators and Simulations (TADSS), providing services in support of Intelligence Simulation training/integration for multi-intelligence exercises and training events, providing management support and oversight for Training Development Capabilities (TDC) database, providing support for Intelligence Surveillance Reconnaissance (ISR) Processing, Exploitation, and Dissemination (PED), providing support for multi-functional operating environment, providing Training System Instructor/Operator (I/O) support to IEWTPT training device during surge. The work is to be performed primarily at Fort Huachuca, with locations at Ft. Carson, CO Foundry Site, and at various contractor, subcontractor, and Government facilities with temporary duty (TDY) to various other Continental United States (CONUS)/ Outside Continental United States (OCONUS) sites.

Period of Performance
The ordering period under the IDIQ is seven years. Final solicitation release: May 2017. Contract award: March 2018.

Place of Performance
The work is to be performed primarily at Fort Huachuca, with locations at Ft. Carson, CO Foundry Site, and at various contractor, subcontractor, and Government facilities with temporary duty (TDY) to various other Continental United States (CONUS)/ Outside Continental United States (OCONUS) sites.

Overview

Response Deadline
Dec. 28, 2016, 12:00 p.m. EST Past Due
Posted
Dec. 7, 2016, 3:47 p.m. EST (updated: Dec. 14, 2016, 3:34 p.m. EST)
Set Aside
None
Place of Performance
FORT HUACHUCA, AZ USA
Source
SAM

Current SBA Size Standard
$15 Million
Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
19%
Vehicle Type
Indefinite Delivery Contract
On 12/7/16 ACC Orlando issued Sources Sought W900KK-17-R-0014 for Huachuca Training and Support Contract (HTASC) December 2016 Sources Sought Notice (SSN) due 12/28/16. The opportunity was issued full & open with NAICS 611430 and PSC R.
Primary Contact
Title
Contract Specialist
Name
Susan K. Halvatzis   Profile
Phone
(407) 208-3378

Secondary Contact

Title
Contract Specialist
Name
Holley D. McNeely   Profile
Phone
(407) 384-5596

Documents

Posted documents for Sources Sought W900KK-17-R-0014

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W900KK-17-R-0014

Award Notifications

Agency published notification of awards for Sources Sought W900KK-17-R-0014

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought W900KK-17-R-0014

Contract Awards

Prime contracts awarded through Sources Sought W900KK-17-R-0014

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W900KK-17-R-0014

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W900KK-17-R-0014

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-ORL
FPDS Organization Code
2100-W900KK
Source Organization Code
500036903
Last Updated
Dec. 14, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Dec. 14, 2016