INTRODUCTION
The Army Contracting Command - Aberdeen Proving Ground, 6515 Integrity Court, APG, MD on behalf of the Office of the Assistant Secretary Army (Acquisition, Logistics and Technology) (OASA(ALT)) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform OASA(ALT) planning, functional analysis, program support, and functional administration.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
GENERAL INFORMATION
Incumbent: BRTRC FEDERAL SOLUTIONS, INC.
8521 LEESBURG PIKE SUITE 500
VIENNA VA 22182-2490
Contract number: W91CRB-16-F-0033
Contract Value: $10,258,567.43
DISCLAIMER
"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT."
PROGRAM BACKGROUND
The OASA(ALT) mission is to provide our Soldiers a decisive advantage in any mission by maintaining quality acquisition professionals to develop, acquire, field, and sustain the world's best equipment and services through efficient leveraging of technologies and capabilities to meet current and future Army needs. The OASA(ALT) is comprised of six (6) Deputy Assistant Secretary of Army (DASA) Organizations, one Deputy for Acquisition and Systems Management (DASM), Executive Director for the Office of the Chief Systems Engineer (OCSE), the U.S. Army Acquisition Support Center (USAASC), and thirteen (13) Program Executive Officers (PEO). OASA(ALT) statutory responsibilities include the Army Acquisition Executive (AAE), the Senior Procurement Executive (SPE), the Science Advisor to the Secretary of the Army (SecArmy) and as the senior research and development official for the Department of the Army (DA).
ELIGIBILITY
The applicable NAICS code for this requirement is 541330 with a Small Business Size Standard of $15 million. The Product Service Code is R499 Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)
Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length (including any attachments) in Times New Roman font of not less than 10 pitch that clearly details the firm's ability to perform the aspects of the requirement described within this Sources Sought and the attached Performance Work Statement (PWS).
The deadline for response to this request is no later than 0900, 2 May 2019. All responses under this Sources Sought Notice must be e-mailed to michael.c.james78.civ@mail.mil
This documentation must address at a minimum the following items:
1.) What type of work has your company performed in the past in support of the same or similar requirement?
2.) Can or has your company managed a task of this nature? If so, please provide details.
3.) Can or has your company managed a team of subcontractors before? If so, provide details.
4.) What specific technical skills does your company possess which ensure capability to perform the tasks?
5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this DRAFT PWS for the base period as well as the option periods.
6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.
7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.
8.) Does this Performance Work Statement (PWS) provide sufficient information for you to bid? If not, what additional information is required?
9.) Are there any ambiguities that need clarification? If so, please identify them clearly.
10.) Are the standards of performance clear?
11.) Is the vendor aware of any other contract vehicles such as the General Services Administration (GSA) Schedules or Government-wide Acquisition Contracts (GWACs) that could satisfy this requirement?
Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.
Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Michael C. James in either Microsoft Word or Portable Document Format (PDF), via email michael.c.james78.civ@mail.mil.
All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
No phone calls will be accepted.
All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.