Search Contract Opportunities

Sources Sought for Supply Chain and Industrial Analysis   3

ID: W911NF-23-S-0001 • 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

Army Contracting Command - Aberdeen Proving Ground - Research Triangle Park Division (ACC- APG-RTP) is conducting market research to determine the extent of sources capable of performing as a prime contractor. The Government may use responses from this sources sought to make an acquisition decision about soliciting a requirement. The purpose of this sources sought notice is to determine industry interest, capability, and relevant experience of potential qualified businesses relative to a non-personal services requirement. The requirement is designed to identify a company that will conduct a search to find an individual qualified to support the U.S Army Futures Command (AFC) who is responsible for Army Modernization efforts. In today's environment, competition and connected economies present a challenge to fully understand a non-traditional contractor's strengths, weaknesses, dependencies, and partnerships that challenge the Army's ability to innovate and provide capability at speed. Acknowledging this risk to Army innovation, AFC - Acquisition and Systems (A&S) propose the command's Supply Chain and Industrial Risk analysis ability to catalogue non-traditional contractors and maintain situational awareness of overall risk to AFC. The Government shall not exercise any supervision or control over the personnel search requirements. The contractor shall be accountable for the execution of each task and is solely responsible to the Government in accordance with (IAW) the terms and conditions of the contract.

Specific objectives for this requirement may include:

  • Catalogue all non-traditional contractors that are currently awarded a contract and/or intend to compete for AFC/Army SBIR and (STTR) contracts. A&S anticipates awarding roughly 50-70 contracts annually.
  • Conduct analysis on companies or sectors of interest outside of SBIR/STTR companies as directed by A&S leadership.
  • Conduct regular supply chain and industrial analysis that identifies contractors that possess risk.
  • Identify contracting risk that will inform A&S leadership in making informed decisions regarding the SBIR program.
  • Assess, analyze, and define metrics for measuring technical risk (including Financial, Legal and Regulatory, Foreign Influence, Reputational and Operational risk relating to supply chain) manufacturing, industry, material risk, and the workforce that will most impact AFC SBIR/STTR modernization efforts.
  • Analyze domestic end products used in SBIR/STTR contracts, determine extent to which contractors buy supplies acquired for use in the United States.
    • Develop analysis on the impacts of transport and how this impacts parts, backorders, mission impaired capabilities, and insights not currently realized based on the demand.
    • Compare, contrast, and rank all supply indicators against each other and provide a risk analysis rating.
  • Safeguard all classified and sensitive information as specified in security requirements section or contract terms.
  • Build a risk-focused common operating picture (COP) that captures risk assessments for analyzed companies. Apply clearly defined metrics/findings to assist A&S leadership with final risk mitigation determination on the company seeking a SBIR/STTR award.

This Sources Sought will be used to identify small business contractors who can provide services as specified above and determine their availability and adequacy. If your company is interested in this requirement, is a qualified small business for the NAICS code 541690, and understands risk analysis related to non-traditional contractor business elements or has performed similar projects, we request the information shown below. An organization that is not considered a small business under the applicable NAICS code should not respond to this notice.

As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the government in developing a potential Request for Proposal (RFP), to be issued later, and determine whether any type of small business set-aside is possible for this procurement or whether the government should use full and open competitive procedures.

THIS IS NOT A SOLICITATION FOR PROPOSALS. THIS IS A SOURCES SOUGHT SYNOPSIS ONLY.

This Sources Sought is for government informational purposes only and shall not be considered as a request for proposals or as an obligation on the part of the Government to acquire any products or services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. No contract will be awarded from this announcement. Data submitted in response to this RFI will not be returned

Submission Instructions

This notice is strictly for market research, and the Government will not respond to any questions or inquiries on status of requirement.

Company Profile to include:

  1. Company name and address;
  2. Year the firm was established and number of employees;
  3. Points of contact (names, titles, phone numbers and email addresses);
  4. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/;
  5. Small Business designation. Based on the above NAICS Codes, state whether your company is:

Small Business (YES/NO)

Woman Owned Small Business (YES/NO)

Small Disadvantaged Business (YES/NO)

8(a) Certified (YES/NO)

HUBZone Certified (YES/NO)

Veteran Owned Small Business (YES/NO)

Service Disabled Small Business (YES/NO)

6. Describe your company's primary business product/service line.

7. Please detail any existing DoD or GWAC contract vehicles to which your company is a prime contract holder.

Response Guidelines

Interested parties are requested to respond to this Sources Sought with a capability statement and responds to the questions above. Submissions cannot exceed 10 pages, single-spaced, Arial 12-point type with at least one-inch margins on 8 1/2 X 11 page size. Your response should not exceed a 5 MB e-mail limit. Responses must specifically answer the questions set forth in Section 3 and describe your capability to meet the requirements outlined and problems set forth in this RFI. No sales pitch-like white papers or other materials will be accepted or read. The Government highly encourages any interested vendor to utilize the capability statements to capitalize on its company's capabilities and strengths.

Companies who wish to respond to this sources sought should send responses via email no later than 12 PM, noon Central Standard time on 15 March 2023 to Jermain Compton; jermain.m.compton.civ@army.mil or Rodolfo Estrada: Rodolfo.estrada6.civ@army.mil. All data received in response to this notice that is marked or designated as corporate or proprietary will be protected from any release outside the Government consistent with applicable law.

Background
The Army Contracting Command - Aberdeen Proving Ground - Research Triangle Park Division (ACC- APG-RTP) is conducting market research to determine the extent of sources capable of performing as a prime contractor. The purpose of this sources sought notice is to determine industry interest, capability, and relevant experience of potential qualified businesses relative to a non-personal services requirement. The requirement is designed to identify a company that will conduct a search to find an individual qualified to support the U.S Army Futures Command (AFC) who is responsible for Army Modernization efforts. AFC - Acquisition and Systems (A&S) propose the command’s Supply Chain and Industrial Risk analysis ability to catalogue non-traditional contractors and maintain situational awareness of overall risk to AFC.

Work Details
The specific objectives for this requirement include cataloging all non-traditional contractors currently awarded a contract and/or intending to compete for AFC/Army SBIR and (STTR) contracts, conducting analysis on companies or sectors of interest outside of SBIR/STTR companies as directed by A&S leadership, conducting regular supply chain and industrial analysis that identifies contractors that possess risk, identifying contracting risk that will inform A&S leadership in making informed decisions regarding the SBIR program, assessing, analyzing, and defining metrics for measuring technical risk relating to supply chain manufacturing, industry, material risk, and the workforce that will most impact AFC SBIR/STTR modernization efforts, analyzing domestic end products used in SBIR/STTR contracts, determining extent to which contractors buy supplies acquired for use in the United States, safeguarding all classified and sensitive information as specified in security requirements section or contract terms, building a risk-focused common operating picture (COP) that captures risk assessments for analyzed companies.

Period of Performance
The government anticipates awarding a firm-fixed price contract with a base year plus four option years.

Place of Performance
The primary place of performance will be at the Contractor’s facility between the core hours of 0900-1700 hrs., Monday through Friday, excluding federal holidays.

Overview

Response Deadline
March 15, 2023, 3:00 p.m. EDT Past Due
Posted
Feb. 28, 2023, 4:09 p.m. EST (updated: March 1, 2023, 1:43 p.m. EST)
Set Aside
None
Place of Performance
Austin, TX United States
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Est. Level of Competition
Low
Odds of Award
26%
On 2/28/23 ACC Aberdeen Proving Ground issued Sources Sought W911NF-23-S-0001 for Sources Sought for Supply Chain and Industrial Analysis due 3/15/23. The opportunity was issued full & open with NAICS 541690 and PSC R422.
Primary Contact
Name
Jermain Compton   Profile
Phone
None

Documents

Posted documents for Sources Sought W911NF-23-S-0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Sources Sought W911NF-23-S-0001

IDV Awards

Indefinite delivery vehicles awarded through Sources Sought W911NF-23-S-0001

Contract Awards

Prime contracts awarded through Sources Sought W911NF-23-S-0001

Incumbent or Similar Awards

Contracts Similar to Sources Sought W911NF-23-S-0001

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W911NF-23-S-0001

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W911NF-23-S-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W911NF
Source Organization Code
500038576
Last Updated
March 30, 2023
Last Updated By
jermain.m.compton.civ@army.mil
Archive Date
March 31, 2023