Program Manager Special Programs (PMSP) Systems Engineering and Technical Assistance (SETA)

expired opportunity(Expired)
From: Federal Government(Federal)
W911QY-20-R-SETA

Basic Details

started - 09 Oct, 2020 (about 3 years ago)

Start Date

09 Oct, 2020 (about 3 years ago)
due - 13 Oct, 2020 (about 3 years ago)

Due Date

13 Oct, 2020 (about 3 years ago)
Bid Notification

Type

Bid Notification
W911QY-20-R-SETA

Identifier

W911QY-20-R-SETA
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698364)DEPT OF THE ARMY (131634)AMC (72080)ACC (74417)ACC-CTRS (32600)ACC-APG (10623)W6QK ACC-APG NATICK (1278)

Attachments (3)

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.

The U.S. Army Contracting Command-Aberdeen Proving Ground, Natick Contracting Division, on behalf of the Program Manager Special Programs (PMSP) is issuing this Request for Information (RFI) for Market Research purposes. This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited.  No solicitation document exists or is guaranteed to be issued as a result of this RFI. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Government will NOT pay for information and materials received in response to this RFI and is no way obligated by the
information received. This notice is for market research purposes only to obtain information regarding (1) the availability and capability of all qualified sources, (2) including small businesses; HUB Zone small businesses; service-disabled small businesses; veteran-owned small businesses; woman-owned small businesses; small disadvantaged businesses; and universities and educational institutions, (3) their size classification relative to the North American Industry Classification System (NAICS) Code for the proposed acquisition. The applicable NAICS Code is 541330 – Engineering Services, the size standard is $41.5M.CONTRACT OBJECTIVES and REQUIREMENTSThe Contractor shall provide Systems Engineering and Technical Assistance (SETA) services via individual task orders according to the hours, specified locations, labor category, and security clearance requirements defined in a Task Order. Additional requirements, to include knowledge, skills, education and experience, are outlined in the labor category descriptions. Individual task orders will provide specific tasks, deliverables, labor categories and FTE requirements as applicable within the scope of the base contract Performance Work Statement (PWS).  The types of tasks and services required are:  Program/Project Management Support, Science and Technology (S&T) Support, Procurement Support, Contract Support, Requirements Documentation Support, Acquisition Strategy Support, Market Research Support, Solicitation Support, Pre-Award Support, Contract Award Support, Post-Award Acquisition Support, Contract Closeout Support, Logistics Support, Financial Services Support, Administrative Support, Legal Support, IT Systems Administration and Help Desk and Software Sustainment and Maintenance Support. Services are anticipated to be performed at many US sites to include the areas of Ft Belvoir, VA; Ft. Bragg, NC; Lexington, KY; Ft. Eustis, VA.  There may also be requirements for OCONUS locations as well. The length of anticipated service for this project has an ordering period of a total of 60 months from award. RESPONDENTS MUST PROVIDE EVIDENCE IN THEIR RESPONSE SHOWING THAT THEY HAVE THE REQUISITE ABILITY/EXPERTISE AND CURRENT EXPERIENCED PERSONNEL ON STAFF OR DETAILED INFORMATION RELATIVE TO AN ABILITY TO OBTAIN THE NECESSARY PERSONNEL TO PERFORM THE REQUIREMENTS IN ALL AREAS AS SHOWN ABOVE. MOST SPECIFICALLY RESPONDENTS MUST HAVE SPECIFIC EXPERIENCE MANAGING PROJECTS WITHIN THE SPECIAL OPERATION FORCES (SOF) COMMUNITY and shall also submit proof of having a Top Secret Facility Clearance as accredited in the National Industrial Security System (NISS).DISCLAIMER AND IMPORTANT NOTESThe Government will not pay for any information submitted in response hereto. Responders are solely responsible for all expenses associated with responding to this RFI. This notice does not obligate the Government to issue a solicitation or to award a contract. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to the respondents with respect to any information submitted.Submission Instructions: Responses shall be submitted and received via Email to trisha.r.scott.civ@mail.mil no later than 2:00PM ET October 13, 2020.  Documents shall be no more than 10 pages total, electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered.All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.Responders must include information on their organization (not counted towards page limitations shown above):Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and E-mail AddressDUNS Number and Cage CodeConfirmation of Current Active Registration in System for Award Management (SAM), SAM registration information may be found at the following website: https://www.sam.gov/portal/public/SAMPrimary NAICS Code(s) and Business Size (i.e., small/large)

10 GENERAL GREENE AVE  NATICK , MA 01760-5011  USALocation

Place Of Performance : 10 GENERAL GREENE AVE NATICK , MA 01760-5011 USA

Country : United StatesState : Massachusetts

You may also like

TECHNICAL ASSISTANCE IN SUPPORT OF AGENCY ENVIRONMENTAL AND REACTOR PROGRAMS

Due: 09 Aug, 2025 (in 16 months)Agency: NUCLEAR REGULATORY COMMISSION

Please Sign In to see more like these.

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

Classification

naicsCode 541330Engineering Services