The RFP Database
New business relationships start here

Electronic Warfare (EW)


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

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICES


INTRODUCTION


The Mission Installation Contracting Command, Fort Gordon Office and 271 Heritage Park Lane, Room 136, Fort Gordon, GA 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 requirement for Electronic Warfare (EW) 17E Training Support and Range Operation. The intention is to procure these services on a competitive basis Electronic Warfare (EW) 17E Training Support and Range Operations.


BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES PROCURED THROUGH 8(a) COMPETITION. All Small Business Set-Aside categories will be considered 8(a). 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: Cyber School, Fort Gordon, GA, 50% On-Site Government and 50% 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. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR 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 INFORMMATION PERTAINING TO THIS REQUIREMENT.


PROGRAM BACKGROUND


The Electronic Warfare (EW) 17E Training is designated as the Instructional Support and Range Operations for the U.S. Army Cyber School. In accordance with these assignments, Electronic Warfare (EW) 17E Training provides the following: provide trained 17 series personnel (17A, 17C, 17E, 17B, 170A, and 170B) that support the Army's Cyberspace Electromagnetic Activities (CEMA) Operations across USCYBERCOM, ARCYBER, and Electronic Warfare unit's missions.


REQUIRED CAPABILITIES


The Contractor shall provide EW Range Operations personnel to facilitate training at the EW range for all EW courses listed in the PWS as well as the 17E Senior Leader Course (SLC) and 17E Advanced Leader Course (ALC). Range operations shall conduct the EW Range for a minimum of 35 iterations, excluding range rehearsals. Systems to be trained and duration of training shall be identified in the course POI's. Services in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based Work Statement (PBWS) 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) 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 responsible for acquiring the required security clearances. The contractor shall ensure that all assigned personnel understand applicable security policies and the Contractor employees performing on this contract must be U.S. citizens. At Contract start date, 17E AIT instructor/writers and Range Facilitators shall have a final Secret Security Clearance. All contract employees shall maintain the required security clearance throughout the life of the contract. Failure, inability, or delay in obtaining the appropriate clearance shall not relieve the contractor from performance under the terms of this contract. The contractor is responsible for acquiring the required security clearances. The contractor shall ensure that all assigned personnel understand applicable security policies and directives found in DOD 5220.22-M, National Industry Security Program Operating Manual (NISPOM); DODM 5200.01 (Vol 4), DOD Information Security Program - Controlled Unclassified Information; AR 380-5, Information Security Program, and all other applicable policies and regulations. Include a statement similar to: "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.
•Berry Amendment
•IT (e.g. Clinger-Cohen Act)
•Service Contract Act
•Government Furnished Property plan.


ELIGIBILITY


The applicable NAICS code for this requirement is 541990 with a Small Business Size Standard of $15 Million. The Product Service Code is R425. 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 Performance Based Statement of Work (PBSOW is attached for review. (Attachment 1)


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. Electronic Warfare (EW), 17E Instructional Support and EW Range Operations. The deadline for response to this request is no later than 8 am, EST, 14 November 2019. All responses under this Sources Sought Notice must be e-mailed to martina.c.bond.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.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.


6.) 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.


7.) Respondents to this notice also must indicate whether they qualify as Small Business 8 (a) Concern.


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


The estimated period of performance consists of Electronic Warfare (EW), 17E Instructional Support and EW Range Operations (base year plus 2 options) with performance commencing in 07 January 2020 - 6 January 2021. Specifics regarding the number of option periods will be provided in the solicitation.


The contract type is anticipated to be 8(a) Competition. The Level of Effort for 3 years is estimated at 27,360 Instructors, 60 Program Manager/Lead and 5760 Range Facilitator Base Year, 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 or a collective bargaining agreement.


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 Contract Specialist, Martina Bond, in either Microsoft Word or Portable Document Format (PDF), via email martina.c.bond.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 contract specialist 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.


 


Martina C. Bond, Contract Specialist, Phone 7067911830, Email martina.c.bond.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP