Federal Bid

Last Updated on 27 Jun 2018 at 8 AM
Sources Sought
Fort belvoir Virginia

US Army Aeronautical Services Agency Support

Solicitation ID W91QV1-18-R-0113
Posted Date 05 Jun 2018 at 7 PM
Archive Date 27 Jun 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Fort belvoir Virginia United states 22060

SOURCES SOUGHT NOTICE

 

INTRODUCTION

 

On behalf of the US Army Aeronautical Services Agency (USAASA), the Mission and Installation Contracting Command (MICC-FB) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for Army Airfields and Heliports Resource Integration and Sustainment and Army Instrument Flight Approach Procedures Development. 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 or procured through full and open competition.  All Small Business Set-Aside categories will be considered. The Government’s preference is to set-aside the requirement for small businesses.  Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

 

PLACES OF PERFORMANCE

 

The place of performance are identified in the draft Performance Work Statement (PWS) attached to this announcement.

 

DISCLAIMER

 

“This sources sought is for informational purposes only. This is not arequest 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 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 information pertaining to this requirement.”

 

PROGRAM BACKGROUND

 

USAASA serves as the Army’s responsible official for airspace, aeronautical flight information, air traffic control and flight procedures policy, joint military-civilian use of Army airfields, aviation weather policy and as the Force Modernization proponent for Army airfields and heliports (AAFs/AHPs) worldwide.  USAASA develops policy and methods for obtaining, defending, and protecting access to Army airspace for the purpose of training, testing, and demolitions.  USAASA has responsibility for negotiating and ensuring Army forces have the required airspace to test and train to safety standards, including reset and pre and post deployment activities as well as providing worldwide critical safety of flight products.  USAASA supports intra and inter-military organizations, the ARSTAF, the Joint Staff, OSD, and national and international organizations.  

 

As the HQDA DCS, G-3/5/7 functional proponent for Army airfields/heliports (AAFs/AHPs) worldwide, USAASA develops AAFs/AHPs policies and procedures and has oversight for AAFs/AHPs operations. USAASA coordinates and monitors the execution of programs and initiatives for Army AAFs/AHPs operations, maintenance, and management. USAASA manages the development and integration of the Army’s Management Decision Package (MDEP) to support HQDA G-3/5/7 requirements to resource and sustain the operation of Army airfields and heliports across major and service commands worldwide, ensuring stakeholders’ requirements are identified, defended, and presented.   Support also includes the strategic development of Army airfields and heliports operations and policies and the HQDA Air Traffic and Airspace (AT&A) Program.

 

USAASA is also the Army’s lead for instrument flight procedures and flight inspection criteria. In conjunction with the Federal Aviation Administration (FAA), USAASA administers instrument flight procedures development and is the Army’s primary office for managing U.S. and Foreign Terminal Instrument Procedures (FTIP), critical to the safety of flight operations. USAASA is responsible for evaluating and approving FTIP and emergency Global Positioning System (GPS) approaches for the safe operation of Army aircraft. USAASA’s involvement is becoming more extensive as Air Traffic Management initiatives to globally modernize ground-based navigation to space-based Area Navigation (RNAV) and Required Navigational Performance (RNP) instrument flight systems have led to increasing FTIP coverage. With the ongoing expansion of U.S. Army aircraft RNAV/RNP navigational systems, RNAV/RNP procedures used in Army aircraft operations have significantly increase. As the Army’s lead for instrument flight procedures, USAASA’s requirements to produce instrument flight procedures have also increased and will continue to increase each subsequent year.

 

REQUIRED CAPABILITIES

 

The Contractor shall provide Army Airfields and Heliports Resource Integration and Sustainment and Army Instrument Flight Approach Procedures Development services in support of the areas specified in Program Background (above). Further detail is provided in the draft PWS attached to this announcement.

 

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:

 

Contractor personnel performing work under this contract shall have at minimum a fully adjudicated final SECRET Clearance at time of the proposal submission and must maintain the level of security required for the life of the contract. The security requirements are in accordance with the DD Form 254 attached to the solicitation/contract.  In performing this requirement, the Contractor shall comply with FAR 52.204-2 (Security Requirements), the National Industrial Security Program Operating Manual (DOD 5220.22-M) and any revisions to DOD 5220.22-M. The Government will provide notice of any revisions to the Contractor. The Contractor shall complete DOD Security Agreement (DD Form 441) dated Jan 2017, and comply with the security responsibilities detailed within. The Government and Contractor will each sign the agreement within 15 calendar days after award of contract. Contractors with security clearances shall take the Threat Awareness and Reporting Program (TARP) training annually. Training can be found online at https://www.lms.army.mil/.

 

The Contractor shall ensure that all of its personnel requiring/having access to the Fort Belvoir Area network have a current National Agency Check with Inquiries (NACI).  The Contractor shall submit this information to the KO, COR and COR’s security manager in the form of a Contractor Visit request using the Joint Personnel Adjudication System (JPAS) within 5 calendar days before requested date.  Contractors must ensure an owning relationship is established in the Joint Personnel Adjudication System (JPAS) for each individual performing duty in support of this performance work statement/task order.  Visit Requests shall be sent to the organization's Security Management Office (SMO) Code.

 

ELIGIBILITY

 

The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $15,000,000.00. The Product Service Code is R799. 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 PWS is attached to this announcement. Based on the attached PWS, 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. The deadline for response to this request is no later than 3:00 PM, Eastern Standard Time on 12 June 2018. All responses under this Sources Sought Notice must be e-mailed to Contract Specialist Ryan Macdonald at [email protected] and Contracting Officer Sherry Carner at [email protected]. 

 

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.    Describe your company’s staffing capabilities and ability to obtain qualified personnel in order to support the requirements identified in the attached Performance Work Statement.

 

3.    Can or has your company managed a task of this nature? If so, please 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 PWS 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 a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. Respondents also must indicate if they are an 8(a) participant.

 

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

 

The estimated period of performance consists of a base period of one year and four one-year options.

 

The contract type is anticipated to be firm-fixed price.  An Estimated Workload is included in Technical Exhibit 3 of the draft PWS attached to this announcement.

 

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, Ryan Macdonald, in either Microsoft Word or Portable Document Format (PDF), via email at [email protected] and Contracting Officer Ms. Sherry Carner at [email protected]. 

 

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 and 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.

 

Bid Protests Not Available