SOURCES SOUGHT SYNOPSIS
THIS IS A Sources Sought Notice ONLY.
This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government wide Point of Entry. It is the responsibility of potential offerors to monitor the Government wide Point of Entry for additional information pertaining to this requirement.
The anticipated NAICS code is: 541990 All Other Professional, Scientific and Technical Services with a size standard of $15M.
The Mission and Installation Contracting Command (MICC) – Fort Eustis is conducting market research to identify the availability of qualified small business firms that are technically capable of providing the Training and Doctrine Command (TRADOC) Deputy Chief of Staff for Intelligence (G-2)’s Threat Emulation Force (TEFOR) technical and subject matter expertise (SME) support for the Test and Evaluation (T&E) requirement for the U.S. Army Operational Test Command (OTC)’s Joint Light Tactical Vehicle (JLTV) Multi-Service Operational Test and Evaluation (MOT&E).
Industry input is also requested on the DRAFT Performance Work Statement (PWS) that is attached. QUESTIONS AND/OR FEEDBACK RELATED TO THE PWS SHALL BE SUBMITTED AS A SEPARATE DOCUMENT.
Responses shall not exceed 10 pages. Additional pages beyond 10 will be removed; cover letters and extraneous materials are NOT desired. Materials, documents, web links, etc. incorporated by reference in responses will not be accessed by the Government for inclusion; all responses must be self-contained, to address the following items:
1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify possible subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.
In support of the JLTV test, the Contractor shall perform the following services:
4. Responses will only be accepted via e-mail. Please send your responses to MICC – Fort Eustis by 12PM EDT, 12 December 2017. Submissions shall be sent to William Jaeger at [email protected] and Shaina McKeel at [email protected].
5. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes, at [email protected] or 210-466-2269, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement.