Request for Information MTSS

expired opportunity(Expired)
From: Federal Government(Federal)
W9124RRFI03212023MTSS

Basic Details

started - 11 Apr, 2023 (12 months ago)

Start Date

11 Apr, 2023 (12 months ago)
due - 19 Apr, 2023 (12 months ago)

Due Date

19 Apr, 2023 (12 months ago)
Bid Notification

Type

Bid Notification
W9124RRFI03212023MTSS

Identifier

W9124RRFI03212023MTSS
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707644)DEPT OF THE ARMY (132919)AMC (72547)ACC (74919)MISSION & INSTALLATION CONTRACTING COMMAND (25810)418TH CSB (3739)W6QM MICC-YUMA PROV GRD (215)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

REQUEST FOR INFORMATION (RFI)AMENDMENT 0001: The purpose of this amendment is to provide answers to questions that were asked. Please see the attachment labeled "Questions and Answers". Procurement Office: The Mission and Installation Contracting Command (MICC), Yuma Proving Ground (MICC-YPG), is currently conducting market research to attempt to bolster government and industry coordination and partnership in supporting the Mission Test Support Services (MTSS) at the United States Army Yuma Proving Ground (USAYPG), AZ. This RFI is being issued to inquire about services procuring specialized personnel and expertise to help support USAYPG’s mission. Developmental Testing (DT) or Operational Testing (OT) or an Integrated DT/OT environment that currently takes place at the subordinate test centers: Yuma Test Center (YTC) located in Yuma, AZ, and Cold Region Test Center (CRTC) located in Fort Greely, AK. Refer to Attachment 1 - Draft Mission Test Support Services Performance Work
Statement.THIS REQUEST FOR INFORMATION (RFI) is solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, MICC is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense.The Government is interested in any input from the small business community as well as questions regarding the requirement. We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.INFORMATION: Proposed work to be performed is anticipated to be classified under the following North American Industry Classification (NAICS) 541330 (Engineering Services), which was considered and selected as it comprises of establishments primarily engaged in applying physical laws and principles of engineering in the design, development, and utilization of machines, materials, instruments, structures, processes, and systems. The assignments undertaken by these establishments may involve any of the following activities: provision of advice, preparation of feasibility studies, preparation of preliminary and final plans and designs, provision of technical services during the construction or installation phase, inspection and evaluation of engineering projects, and related services. The associated SBA size standard for the referenced NAICS is $25.5 million.MICC-YPG anticipates soliciting and awarding a single award Indefinite Delivery, Indefinite Quantity (IDIQ) cost-plus-fixed-fee contract using acquisition procedures in accordance with Federal Acquisition Regulation Part 15 Contracting by Negotiation.DESCRIPTION OF SERVICES:This is a non-personal services contract to provide Mission Test Support Services (MTSS). The Government will not exercise any supervision or control over the Contractor. The Contractor shall perform to the standards specified in the Performance Work Statement (PWS). The Contractor employees shall be accountable solely to the Contractor who, in turn shall be responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform as defined in Attachment 1 - Draft Mission Test Support Services Performance Work Statement.Period of Performance: Base Year plus 6 Option YearsSubmission Instructions: If your firm is interested and capable of performing the work identified in the Description of Services, then please provide a response to this RFI addressing the requested information in Part I and Part II below. Ensure submissions are accurate, brief, and clear. Each response should cite the referenced area, contain the title of the area, and the company’s response (e.g., Part I(1)(a) Company Name: ABC Company).Part I. Business Information: Please provide the following business information for your company and for any teaming or joint venture partners.1.Company Information.a. Company Nameb. Mailing Addressc. Company Websited. Commercial and Government Entity Code (CAGE) or Unique Entity Identifier (UEI)e. Phone Numberf. Email Address2. Company Point of Contact a. Name b. Title c. Mailing Address d. Email Address e. Phone Number3. Does your company agree with the NAICS 541330 is most appropriate for the required services identified within the draft MTSS PWS. If not, please provide your recommended NAICS and the rationale supporting the recommended NAICS.4. Company’s Business Size Standard. Identify your company's business size standard based on the primary NAICS code of 541330 to include all socioeconomic categories (e.g., large business, small business, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zone (Hub Zone), Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business (SDVOSB), etc.). For more information, refer to http://www.sba.gov/.5. If your company is a small business, then is your company interested in performing as the Prime Contractor for the description of services and will your company (or a similarly situated entity) perform at least 50 percent of the work IAW FAR clause 52.219-14?6. Small Business Participation applies to ALL businesses, both Other Than Small and Small Business (SB). SB gets to claim their own self-performance as part of the SB %. Unlike a small business plan the Small Business Participation Proposal (SBPP) is a proposal wherein we evaluate dollars and not just percents alone to ensure a fair proportion of goods and service contract dollars fit in small businesses in each socioeconomic category to diversify and strengthen the American economy. Therefore, would it be reasonable for your company to include a subcontracting opportunity factor ranging between 20 - 25% of the total cost of the contract i.e., Total Contract Value (TCV)? If not, please explain why.7. Does your company have adequate resources, necessary organization, experience, accounting and operational controls, and technical skills; or the ability to obtain them to perform the services?Part II. Capability Questions1. Briefly describe the capabilities of your company and nature of the services you provide. Include a description of your staff composition and management structure.2. Describe your company's experience on previous projects similar in size and complexity to this effort. Include contract numbers, total dollar value of the contract, contract type, a brief description of the relevant work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).3. Does your company possess the capabilities to provide the entire range of the 11 major functional areas identified below. If not, please list which major functional areas your company can provide. See draft MTSS PWS for functional area details.a. Electronic Instrumentation Operationsb. Optical, Meteorology & Geodetic Instrumentation Operationsc. Metrology & Simulation Operationsd. Computation and Automatione. Test Operations and Maintenancef. Ammunition Management Operationsg. Technical and Engineering Servicesh. Range Management Operationsi. Communication & Information Management Operationsj. Data Acquisition and Managementk. Cold Regions Test Center (CRTC) and Yuma Test Center (YTC)4. Does your company have or is it capable of obtaining a TOP SECRET facility clearance?5. Does your Company have policies, procedures, and practices for preparing cost estimates/price proposals that provide reasonable assurance that estimated costs are allowable, allocable, and reasonable for reimbursement under government contracts in accordance with the FAR? Does your company have a DCAA approved Cost and Accounting System (CAS)?6. Does your company have concurrent contracts? If performing the services identified in the draft MTSS PWS involves concurrent operations under other contracts, state the impact of those contracts, including their pricing arrangements.7. This prospective contract must adhere to Collective Bargaining Agreement (CBA) labor rates. How will you control cost growth in the out years for CBA negotiations? What is your approach for ensuring that rates will not deviate substantially from contract award throughout the life of the contract? What is your approach to negotiating CBAs?8. Describe your experience and identify your best practices in managing lags and surges in a dynamic environment while leading a large, multi-skilled, highly qualified, and flexible workforce?9. The Government anticipates issuing Cost Plus Fixed Fee (CPFF) task orders for this effort, which may vary upon YPG’s test mission workload. The Government anticipates utilizing a level of effort whereby the fixed fee will only be paid on actual hours worked. Does industry notionally concur to this approach as it relates to CPFF type task orders?10. Provide any suggestions for improvement to the draft MTSS PWS or any recommendations not previously addressed.11. Are services customarily available in the commercial marketplace, with modifications, or are services exclusively for governmental purposes?12. If services are not available in the commercial marketplace, what revisions can the Government make to the PWS to allow for the commercial marketplace to submit offers?Responses to the RFI must be received no later than 08:00 AM Mountain Daylight Time (MDT) on April 12, 2023. Responses must be sent via email to the following:• Ian Vargas, Contracting Officer, ian.j.vargas.mil@army.mil• Amanda Ramirez, Contract Specialist, amanda.m.ramirez24.civ@army.milEnclosed:Attachment 1 - Draft Mission Test Support Services Performance Work Statement

Location

Place Of Performance : N/A

Country : United StatesState : ArizonaCity : Yuma Proving Ground

You may also like

BRIDGE CONTRACT FOR MEDICAL GASES

Due: 31 Jul, 2024 (in 3 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

BRIDGE CONTRACT FOR MEDICAL GASES

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

BRIDGE CONTRACT FOR MEDICAL GASES

Due: 30 Sep, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Classification

naicsCode 541330Engineering Services