The RFP Database
New business relationships start here

Anti-Armor Analysis Program (AAAP) Support Services



Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a market survey for Anti-Armor Analysis Program (AAAP) Support services. The National Ground Intelligence Center (NGIC) is performing market research for AAAP Support services for the Combat Incident Analysis Division (CIAD) at NGIC. The program collects, collates, and analyzes data on attacks against U.S. and coalition forces worldwide.

This posting includes a release of a draft AAAP Performance Work Statement (PWS) and an AAAP Questionnaire. Also, the Government is seeking firms with a primary NAICS code of 541990, All Other Professional, Scientific, and Technical Services for this acquisition.


Although not required, comments from interested parties on the draft AAAP PWS will be considered as the U. S. Army plans its acquisition for the AAAP Support services follow-on contract to replace current Indefinite Delivery/Indefinite Quantity (IDIQ) contract W911W5-14-D-0002. The Government requests that emphasis be placed on the areas that industry feels are of highest risk to the Army in performance of the AAAP and to comment on whether the draft AAAP PWS adequately addresses the risks identified and any suggestions of how they can be better addressed.


This is a Sources Sought Notice requesting written documentation only. Responses to this announcement will be used by the Government to make appropriate acquisition decisions. This notice is for planning purposes only, and does not constitute an Invitation for Bid, Request for Proposal, Solicitation, Request for Quote, or an indication that the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. All interested sources must respond to any future solicitation announcements separately from responses to this market survey.


The NGIC is the Defense Department's primary producer of ground forces intelligence. NGIC produces scientific and technical intelligence and military capabilities analysis on foreign ground forces required by warfighting commanders, the force modernization and research and development communities, Defense Department, and national policymakers.


The purposes of this notice are to obtain market information about the availability and capability of sources, potential competition, set-aside determinations, and how prospective firms would provide intelligence and operational support for the CIAD under the AAAP. The objectives, scope, and specific tasks to provide support for the CIAD are outlined in the draft AAAP PWS. These services will be performed primarily onsite at the NGIC in Charlottesville, VA.


Anticipated labor categories/duties might include: Armed Forces Medical Examiner's (AFME) Liaison, Computer Programmer Database, Battle Damage Collector Continental United States (CONUS), Crew Injury Analyst, Data Analyst I, Data Analyst II, Database Programmer, Incident Reconstruction Analyst, Information Technology (IT) Generalist, Intelligence Analyst, Intelligence Analyst/Quality Management, Lead Senior Battlefield Vehicle Forensic Teams (BVFT) Outside Continental United States (OCONUS), Project Manager (OCONUS), Project Manager/Lead Analyst, Senior BVFT (OCONUS), Senior Computer Programmer, Senior Lead BVFT (OCONUS), Statistician, Technical Requirements/Documentation Specialist, Trainer, Training Manager, and Web Programmer.


Performance requires a TOP SECRET contractor facility clearance. Contractor personnel performing under this contract shall be U.S. Citizens, have a final TOP SECRET clearance with a Single Scope Background Investigation (SSBI), and shall be eligible for indoctrination to the Sensitive Compartmented Information (SCI) level. Some positions may require a Polygraph examination if additional accesses are required. The contractor is responsible for obtaining all necessary security clearances for contractor personnel. This TOP SECRET level contractor facility clearance requirement may also apply to affiliates, team members, and subcontractors if they have access to classified information.


The contract type has not been decided. However, the types under consideration are an Indefinite Delivery/Indefinite Quantity (IDIQ) contract or a "C" type contract with options. The performance periods under consideration are 3 or 5-year periods. The Government anticipates using a Contract Line Item (CLIN) structure consisting of Cost-Plus-Fixed-Fee (CPFF) CLINs for labor and Cost CLINs (no fee) for materials and travel. The projected award date for the basic contract is February/March 2018 with full performance to begin 18 May 2018.


SUBMISSION INSTRUCTIONS: Prospective sources possessing the capability, experience, and security clearance qualifications are invited to submit a response to this Sources Sought Notice for the NGIC AAAP acquisition. Responses will be reviewed according to the requirements of the Submission Instructions. Please do not provide standard marketing brochures, catalogs, etc.


Responses to this notice shall be limited to no more than twenty [20] pages, 8.5" x 11" paper, no font smaller than a 12 pitch, with a minimum of one (1) inch margins all around, and must include:


1. Company name, mailing address, telephone and FAX numbers, and website address (if available).


2. Name, title, telephone number, and e-mail addresses of point(s)-of-contact having the authority and knowledge to clarify responses with Government representatives.


3. Capability Assessment. The assessment of capability centers on prospective firms capabilities to meet AAAP requirements in terms of performance, cost, schedule, and risk. Also, the Government has included a draft AAAP PWS and an AAAP Questionnaire and with our Sources Sought Notice. The questionnaire is provided to the market place to ensure a common understanding of the capabilities the U. S. Army is seeking. It is requested that vendors review the questions and draft AAAP PWS and submit their statements of capabilities highlighting the areas identified in the AAAP Questionnaire. This will greatly assist in assessing the market conditions for the AAAP requirement.


a. Capability statements demonstrating a prospective firm's capability, experience, and/or ability to gather resources to effectively and efficiently perform the tasks to provide intelligence and operational support for the AAAP program.


b. Completion of the attached AAAP Questionnaire to demonstrate a firm's capability and experience to meet the objectives, scope, and tasks outlined in the draft AAAP PWS. Note: Completion of the AAAP Questionnaire is not mandatory; however, firms which provide information which does not demonstrate their capabilities specifically associated with the draft AAAP PWS and Questionnaire may be evaluated as not being capable of performing the required services.


4. Responders should identify any relevant contracts under North American Industry Classification System (NAICS) code 541990, All Other Professional, Scientific, and Technical Services. Please identify whether your firm is a Large Business, Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran- owned Small Business, and/or a Native American Small Business under the proposed NAICS code. The small business size standard associated with NAICS 541990 is $15.0M.


6. DUNS number, CAGE Code, and company structure (Corporation, LLC, partnership, joint venture, etc.).


7. Identification of the firm's GSA Schedule contract(s) by contract number schedule number and SINs that are applicable to this potential requirement are also requested.


8. If the company has a Government approved accounting system, please identify the agency and point of contact that approved the system.


9. Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. Please note that interested small businesses are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Also, responses must provide evidence that the contractor can satisfy the requirements of the AAAP while in compliance with FAR 52.219-14 (Limitations on Subcontracting). 13 C.F.R. 125.6 contains the prime contractor performance requirements under these limitations on subcontracting rule. Failure to definitively address each of these factors may result in a finding that the respondent lacks the capability to perform the work.


To the maximum extent possible, please submit non-proprietary information. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing responses will have signed nondisclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.


All interested sources shall send all feedback and responses in writing electronically to Ralph F. Kaminski, Contracting Officer using email address ralph.f.kaminski.civ@mail.mil. Enter the following content in the email's subject line "AAAP SSN Response and Firm's Name". Responses are due no later than 4:30 PM Eastern Daylight Time on 7 April 2017. Responses received after this date and time may not be reviewed.


Responses to this announcement will not be returned, and there will not be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and the Contracting Officer or NGIC CIAD manager may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is the responsibility of potential offerors to monitor the FedBizOpps website for the release of any solicitation.


Ralph F. Kaminski, Contracting Officer, Phone 4349511599, Email ralph.f.kaminski.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP