The RFP Database
New business relationships start here

Combined Effort Payload Area Denial


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

INTRODUCTION

The Army Contracting Command Aberdeen Proving Ground (ACC-APG) Edgewood Division, 8456 Brigade Street, APG MD 21010 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 need for technical and engineering services related to the Combined Effects Payload for Area Denial (CEPAD) effort. The intention is to procure these services on a competitive basis.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) 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.


PLACE OF PERFORMANCE
Location: APG Edgewood Area and other Government locations - Continental United States (CONUS) and Outside Continental United (OCONUS) - Noncombatant zones
35% On-Site Government 65% Off-Site Contractor


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 PROPOSAL (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 INFORMATION PERTAINING TO THIS REQUIREMENT."


PROGRAM BACKGROUND
Edgewood Chemical Biological Center (ECBC) interest in target defeat technologies dates back to 1991 with the creation of the Target Defeat Team under ECBC's Research and technology Directorate. Target Defeat Technologies include novel means of compromising the effectiveness of enemy personnel, equipment, and other support systems. Target Defeat Technologies represent a class of military capabilities that leverage chemical and material science based phenomena to adversely impact military equipment and personnel. The Combined Effects Payload for Area Denial (CEPAD) studies represent a specific application of Target Defeat technologies to achieve area denial of a targeted population. Non-lethal and other Target Defeat technologies to include indoor area dispersants employing obscurants, pyrotechnics, blunt trauma projectiles, and malodorants are expected to be included in the suite of technologies required to accomplish the CEPAD role. This technology list is only meant to provide examples, and is not meant to represent comprehensive interest


REQUIRED CAPABILITIES
The Contractor shall provide technical, scientific and engineering/systems engineering support to ECBC. This support requires investigative research and studies, test planning, execution and evaluation of non-lethal antipersonnel technologies applied to target defeat. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1).


If your organization has the potential capacity to perform these contract services, please provide the following information:
1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and
2) A tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.


The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.


SPECIAL REQUIREMENTS
Personnel and Facility Security Clearances. The contractor is required to have personnel cleared to Secret level. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a TOP Secret Facility Clearance.


ELIGIBILITY
The applicable NAICS code for this requirement is 541 Professional, Scientific and Technical Services/541330 Engineering Services with a Small Business Size Standard of less than $15 million in revenue. The Product Service Code is AD22. 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)
A draft PWS is attached for review (Attachment 1). The draft Personnel Qualifications Description can be found in 3.0, Requirements, of the draft PWS.


Interested parties are requested to submit a capabilities statement of no more than twenty (20) pages in length in Times New Roman font of not less than 12 pitch. The deadline for response to this request is no later than 2 pm, Eastern Standard Time (EST), June 30, 2018. All responses under this Sources Sought Notice must be e-mailed to lavetta.d.wynn-smith.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.) 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.
6.) 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.
7.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.


The estimated period of performance consists of one (1) year with performance commencing on Jul 12, 2018.


The contract type is anticipated to be Cost Plus Fixed Fee (CPFF).


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 Contracting Officer LaVetta Wynn-Smith, in either Microsoft Word or Portable Document Format (PDF), via email lavetta.d.wynn-smith.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 Contracting Officer 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.


 


LaVetta D. Wynn-Smith, Contracting Officer, Email lavetta.d.wynn-smith.civ@mail.mil - Troy L. McClanahan , Contract Specialist, Email troy.l.mcclanahan.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP