FBO Notice Date 11/06/19
BIDS Reference Number 222
Document Type: Sources Sought
Miscellaneous

Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 21005-3013

99 -- Scientific and Engineering Support SOL W91CRB-19-F-ACIF DUE 112019 POC Alyssa R. Grice, Contract Specialist, Phone 4103062678, Fax 4102781337, Email alyssa.r.grice.civ@mail.milREQUEST FOR INFORMATION

Scientific and Engineering Support

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, which is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e) as part of market research. This is not a solicitation/request for proposal and no contract shall be awarded from this synopsis. There is no solicitation package available at this time. All interested parties should send responses and any comments/questions to Mrs. Alyssa Grice, email: alyssa.r.grice.civ@mail.mil. All responses must be received NLT 12:00 local Maryland time on 20 November 2019. All questions and comments must be in writing; no telephone calls will be accepted. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website at https://www.fbo.gov. It is the responsibility of the potential offerorsto monitor this site for additional information pertaining to this requirement.

Purpose: Request for Information - Aberdeen Test Center (ATC) - Aberdeen Proving Ground (APG) is one of the Department of Defense's (DoD's) foremost test and training ranges supporting DoD, non-DoD and commercial material developers by testing a broad spectrum of equipment throughout the life cycle, from concept through deployment.

ATC has a continuing need for scientific and routine engineering support forthe development of cutting-edge instrumentation systems and test facilities. Due to the test mission and staff constraints at ATC, the development and fabrication of instrumentation and test facilities at the rate required is not feasible solely with in-house Government personnel; therefore, these services have historically been also provided by Contractors. These services need to be of a quick response nature to provide instrumentation without costly delays to high prioritytest programs.

The intent of this RFI is to gauge industry interest, capability and relevant experience to provide these routine scientific and engineering support services in furtherance of ATC's mission. This contract would cover support for all instrumentation and test facilities designed and needed to collect test specific data for all prototypes, materiel, and non-military items and/or systems specifiedin the contract. These instrumentation designs and test facilities are continually requiring the application of emerging technologies.

Business Size Standard: The North American Industrial Classification System (NAICS) code is 541330 Engineering Services; the size standard is $16.5M dollars.

Industry Day: This acquisition will not have its own industry day.

Estimated Dollar Value: Not to exceed $50M

Estimated Period of Performance: Ordering period of five (5) years with a period of performance of up to seven (7) years.

Place of Contract Performance: This contract requires work at ATC and at various Contractor, subcontractor, and Government facilities. The work will be performed at the location specified in each individual Task Order.

Contract Type: At this time, this requirement is anticipated to be an Indefinite Delivery/Indefinite Quantity (ID/IQ) with Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) task orders.

Major Support Services:
The objective of this contract is to develop and enhance instrumentation designs, fabricate low quantities of prototypes, provide instrumentation user manuals, and design and install test facilities. A quick response to these requirements is often required.

The Contractor will be required to:
• Provide routine engineering services in support of testing, test facilities, and instrumentation.
• Provide on-site instruction and manuals for use and operation of equipment andsystems it designs, fabricates, and/or installs.
• Document lessons learned in the course of design, fabrication, and testing of instrumentation for consideration by subject matter experts for future designs.

The scope and types of services required to fully support the contract are outlined in the Performance Work Statement (PWS), attached to this RFI. This PWS details the technical, software, design and other major components/specifications required to fulfill the contract's requirements.
Request for Information:Please respond to the following in Arial font size 12 in no more than 3 pages in length.

1. Point of Contact Information:

a. Company:
b. Address:
c. Point of Contact:
d. Phone Number:
e. Fax Number:
f. Email Address:
g. CAGE Code:

2. Please identify your company's size standard per the primary NAICS code of 541330 Engineering Services. The Small Business Size Standard for this NAICS code is $16.5M dollars.

For more information on small business, refer to: https://www.sba.gov/document/support--table-size-standards

If your company is a small business, indicate whether any of the small business categories below apply:

8(a):
Small Disadvantaged Business (DB):
Woman-Owned Small Business:
Historically Underutilized Business Zone (HUBZone):
Veteran-Owned Small Business:
Service-Disable Veteran-Owned Small Business:

3. If you identify your company as a SB or any of the SB subcategories as stipulated in Question 3, is your company intending to submit a proposal as a prime contractor?

4. Is your company capable of performing at least 51% of the work? If so, please explain how your company will perform the work within the parameters of theOstensible Subcontractor Affiliation rule.

5. Does your company possess the capabilities to provide the entire range ofproducts and services discussed in this RFI? If NO, please provide specific capabilities that you intend to provide?

6. Please provide the following information for up to 3 examples of similar work that your company has performed as a prime or a sub-contractor:

a. Contract number(s).
b. Aggregate dollar value of entire contract.
c. Aggregate dollar value of task orders as a prime or sub-contractor.
d. Number of task orders as the prime or sub-contractor.
e. Was this work similar in scope?

7. Is your company planning on business arrangements with other companies? If so, please list the process used in selecting the members.

8. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy the requirements above. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing.

9. All Contractor employees supporting classified task assignments shall possess at a minimum an interim or final SECRET clearance at the start of the contract. More details regarding Key Personnel, Facility Clearance, Personal Clearances, et al security information are available in the attached PWS under Section 4, Special Requirements.

10. Please provide additional information that you believe we should know about your company in support of this RFI.

CITE: https://www.fbo.gov/notices/3508f2965193cf157bbb159d111cdbb4