This Sources Sought is not a request for competitive proposals and no formal solicitation package is available. Solicitation Number W56KGY-21-R-CG00 has been assigned to this Market Research for reference purposes only and does not constitute a solicitation for bids/proposals. The Government does not intend to pay for any information provided under this announcement.
The Government intends to obtain a Justification and Approval (J&A) in order to increase the Level of Effort for SETA Support for the PM EW&C Program, resulting in a ceiling increase for its current requirement. This effort will be on a Cost-Plus-Fixed Fee and Cost only basis.
Full Description of the requirements is as follows:
PM EW&C has an increase in requirements for Contractor-provided services to include acquisition, cyber operations, field liaison, engineering, testing, knowledge manager, costing, logistician, operations, information support, human resources, configuration, and program management. It is expected that PM EW&C will require an additional forty-seven (47) positions.
These services may be performed in conjunction with all existing and new EW systems, family of systems, platforms, subsystems and items. A minimum of twenty-two (22) of these personnel will need to have a Security Clearance Level of Top/Secret/Sensitive Compartmented Information (TS/SCI) and shall be ready/available to perform on contract by 20 August 2021. The period of performance will be for approximately one (1) year until July 2022.
Work will be primarily performed at offices and facilities at Aberdeen Proving Ground (APG), MD; PEO IEW&S operating locations within 50 miles of APG, MD; Joint Base McGuire-Dix-Lakehurst; National Capital Region; Hanover, MD; Yuma Proving Grounds, AZ; Fort Gordon, GA; Fort Hood, TX; Fort Bragg, NC; Tobyhanna Army Depot, PA; Huntsville, AL; and Fort Huachuca, AZ. Additional CONUS and OCONUS travel may also be required to all states, territories and possessions of the United States, and worldwide.
Interested parties may identify their capability to meet all the requirements by submitting: capabilities document and past performance data proving their ability to start on day one (1) with the required staff experience/clearance level. Please limit responses to a maximum of three (3) pages.
This data must be provided to this office via electronic mail not later than 3:00 PM Eastern Standard Time on 26 March 2021. Only responses received by this date will be considered.
Primary Point of Contact:
Kellie R. Clavijo
Contract Specialist
Secondary Point of Contact:
Christopher R. Gaines
Contracting Officer