The RFP Database
New business relationships start here

SCIENTIFIC, TECHNICAL, ENGINEERING AND PROGRAM SUPPORT SERVICES


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

EDGEWOOD CHEMICAL BIOLOGICAL CENTER
SCIENTIFIC, TECHNICAL, ENGINEERING AND PROGRAM SUPPORT SERVICES (STEPSS)

INTRODUCTION


The Army Contracting Command Aberdeen Proving Ground (ACC-APG) Edgewood Division, E4215 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 integrated science, technology, and engineering solutions to address chemical and biological vulnerabilities. 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


%On-Site Government 90%
%Off-Site Contractor 10%


ECBC Locations, primarily APG & APG Edgewood Area and various test locations - Continental United States (CONUS) and Outside Continental United (OCONUS) - may include combatant zones


DISCLAIMER


"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)". 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 IS 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


US Army Edgewood Chemical Biological Center (ECBC) is headquartered in the Edgewood area of Aberdeen Proving Ground (APG). ECBC is tasked with providing support to meet the non-medical needs across the very specialized and unique CBRNE Community for Department of Defense (DoD) and non-DoD agencies. This support includes integrated science, technology, and engineering solutions.


REQUIRED CAPABILITIES


The Contractor shall provide research, development and testing support to ECBC in the following three major functional areas: Engineering Support, Research and Technology, and Program and Integration Support. Each functional area is described below.


Engineering Support: Including but not limited to the following activities: life cycle systems engineering, product integration engineering (computer aided engineering design and analysis, fabrication, drawing and acquisition/sustainment documentation, product installation), product engineering, product assessment (test planning, test execution, environmental and field testing, product verification), and acquisition logistics support (technical manuals, maintenance planning). This support includes cost estimating, equipment installation, chemical and agent monitoring, chemical demilitarization, quality assurance, risk assessment, closure studies, training, and support of safety programs. Additional activities include design, fabrication, installation, modification, and validation testing of large-scale test capabilities and facilities.


Research and Technology Support: Including but not limited to the following activities: research, development, analysis, and experimentation and program management in both laboratory and non-laboratory environments. The following areas require support: biosciences, life sciences, chemical and biological (CB) detection, CB information systems technology, CB protection and decontamination sciences, chemical sciences, toxicology, pharmacology, aerosol science, veterinary/laboratory animal sciences, and obscurants and target defeat technologies,


Program and Integration Support: Including but not limited to the following activities: management, safety, security, surety, health, environmental and test and evaluation support. This support includes risk analyses; preparation of environmental documentation; preparing, reviewing or processing standing operating procedures; conducting inspections; organizing and facilitating meetings, special studies, test plans, and reports. Draft documents, public release articles, and reports may be required in support of these tasks.


Respondents shall demonstrate the ability to provide support across the entire life cycle from basic research to hardware development and management.


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 statement 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
In the event that a contract is awarded the contractor shall be required to comply with the following requirements:


Personnel and Facility Security Clearances. The contractor shall have personnel cleared to Secret. Certain personnel may require clearance to Top Secret (TS) -Sensitive Compartmented Information (SCI) to allow attendance at high level programmatic and threat briefings where scenarios will be described in which prototypes will have to operate and where threats will be defined that prototypes will be required to defeat. The TS SCI shall be in effect no later than 90 days after contract award. 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 Secret Facility Clearance. For a limited number of competed task orders, the prime contractor shall have or demonstrate ability to obtain a Top Secret Facility Clearance.


Status of Forces Agreements (SOFA) shall be applicable to some task orders.


The Personnel Reliability Program (PRP) is a United States Department of Defense security, medical and psychological evaluation program, designed to permit only the most trustworthy individuals to have access to nuclear weapons (NPRP), chemical weapons (CPRP), and biological weapons (BPRP). Contractor shall have approved program for CPRP and BPRP in place within 6 months of contract award.


Certifications such as Arms, Ammunition, and Explosives (AA&E) shall be required for certain contractor personnel performing specific tasks.


An approved Property Management System in accordance with FAR 52.245-1(b)(1) as the result of potential government furnished property (GFP), ex, laptops,


An approved accounting system in accordance with DFARS 252.242-7006


Information Technology (IT) (e.g. Clinger-Cohen Act)


Service Contract Act


ELIGIBILITY


The applicable NAICS codes for this predominance of this requirement are 541330 with a small business size standard of $15M and 541715, with a small business size standard of less than 1000 Employees. The Product Service Code is AD23. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.


Additional applicable NAICS for this requirement include 541990, 541940, 541430, and 561110.


ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


Interested parties are requested to submit a capabilities statement of no more than twelve (12) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 5:00 pm, Eastern Standard Time (EST), 30 April 2019. All responses under this Sources Sought Notice must be e-mailed to lavetta.d.wynn-smith.civ@mail.mil and stacey.l.jump.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 requirements?


2.) Can or has your company managed a task or many tasks 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). Does your company possess the capabilities to provide the entire range of services discussed in this Sources Sought? If NO, please provide specific capabilities that you intend to provide?


6). Please provide the following information for up to 3 examples of similar work that your company has performed:

a. Contract number(s).

b. Aggregate dollar value of entire contract.

c. Aggregate dollar value of task orders you prime on each Multiple Award Contract (MAC).

d. Number of task orders you prime on MAC.

e. Was this work similar in scope?


7) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern (small business prime). Provide an explanation of your company's ability to perform at least 50% of the tasking described in this sources sought for the base period as well as the option periods.


8.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE Code, DUNs number, etc.


9.) 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.


10.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.


11.) Please provide additional information that you believe we should know about your company in support of this Sources Sought.


In the event that a contract is solicited/awarded, the estimated period of performance consists of five years.


The contract type is anticipated to be a hybrid of cost plus fixed fee (CPFF) and Firm Fixed Price (FFP) task orders. The Level of Effort for each year is estimated 640,000 man-hours.


The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act.


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.


Respondents to this sources sought may be requested to provide an onsite briefing to ECBC personnel to further define capabilities.


 


LaVetta D. Wynn-Smith, Contracting Officer, Email lavetta.d.wynn-smith.civ@mail.mil - Stacey L. Jump, Contract Specialist, Email stacey.l.jump.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP