United States Army Aviation Center of Excellence (USAACE), Fort Rucker, AL, requires support services as shown in Attachment 1 Draft Performance Work Statement (PWS), specifically the seven (7) primary task areas.
Sources are being sought for firms with a North American Industry Classification Systems (NAICS) Code of 541990-All Other Professional, Scientific and Technical Services, with a small business size standard of $15.0 million. The following information is requested for a maximum of not to exceed fifteen (15) pages.
(a) Company Name, address Cage Code and a point of contact with telephone number and e-mail address.
(b) Business size/classification to include socio-economic designation of the company i.e. 8(a), Hubzone, Woman-Owned Small Business,etc.
(c) Number of Employees
(d) Average revenue for the last three years
(e) Resources to include your company"s growth capability and established line of credit
(f) Description of your firm's capability to provide the specified support and support services including technical expertise. Capabilities must be presented in suficient detail in order for the Government to determine if your company possesses the necessary functinal area expertise and experirnce to compete for this acquisition
Past performance/experience on contracts of the same or similar scope that are relevant to this requirements as listed in Attachment 1. The past performance must also be recent (within the last three years) of the issue date of this announcement. Past performance should include the following: Project title, location, general description of the services provided, the company's role (Prime/Subcontractor/Joint Venture) dollar value, name of the company/agency/government entity for which the work was performed. Past performance is limited to three contracts/projects.
There is an emphasis being placed on Small Businesses designated as an 8(a).
It is extremely important that businesses responding to this notice clearly and sufficiently articulate their capabilities. Failure of small businesses response to this announcement may result in a change in the small business set-aside designation based on lack of industry response. Industry input is also being solicited on the DRAFT PWS (Attachment 1). Responses related to the PWS with questions in reference to Attachment 1 must be submitted as a separate document.
Your responses to the draft PWS with your past performance will be used to determine your understanding of the work outlined in the PWS.
Responses will only be accepted via e-mail. Telephone responses will not be accepted. Please send your response to MICC - Fort Eustis by 4:00 pm EST, November 30, 2016. Submissions should be sent to Tom Sumpter at [email protected]. This is not a Request for Proposal. If a solicitation is issued, it will be announced at a later date. All interested parties shall respond to that solicitation announcement separately from this sources sought announcement. No award will result from this sources sought announcement. No reimbursements will be made for any costs associated with providing information in response to this announcement. This notice does not constitute any commitment by the Government.
Contracting Office Address:
705 Washington Blvd
Fort Eustis, Va.
Place of Performance: U n i t e d S t a t e s A r m y A v i a t i o n C e n t e r o f E x c e l l e n c e
( U S A A C E ) a n d a l l o r g a n i z a t i o n s a s s i g n e d .
Additional Info:
Additional documentation: (See Attached Draft PWS)
Contracting Office Address:
MICC Center - Fort Eustis (Joint Base Langley-Eustis), Building 705 Eustis Blvd., Fort Eustis, VA 23604-5538
Point of Contact(s):
Tom Sumpter, 757 501-8124
MICC Center - Fort Eustis {Joint Base Langley-Eustis)