Six Month Extension for Contract W31P4Q-14-C-0114
Request for Information/Sources Sought Cruise Missile Defense Systems (CMDS) Project Office National Advanced Surface to Air to Missile System (NASAMS) Sustainment and Engineering Services The CMDS Pr... Request for Information/Sources Sought Cruise Missile Defense Systems (CMDS) Project Office National Advanced Surface to Air to Missile System (NASAMS) Sustainment and Engineering Services The CMDS Project Office is conducting market research to determine if there are potential sources with the capability to perform services for the National Advanced Surface-to-Air-Missile Systems. The Government anticipates awarding a six month Period of Performance (POP) extension of the current contract, W31P4Q-14-C-0114 for the sustainment and maintenance, training, mission readiness exercise (MRE), and engineering services of the NASAMS. The POP is from 28 June 2019- 29 December 2019. Sole Source Authority: The Government anticipates this effort to be awarded on a sole source basis. The statutory authority permitting other than full and open competition is 10 USC 230(c)(1), as implemented by FAR 6.302-1(a)(s)(ii)(A) and (B) entitled, "Only One Responsible Source and No Other Supplies or Services will satisfy Agency Requirements." However, all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. 6 Month Extension (1) Classification Code: A- Research & Development (2) NAICS Code: 541330 (3) Place of Contract Performance: Contiguous United States (CONUS) In accordance with Federal Acquisition Regulation (FAR) 15.201 (e), responses to this notice are not an offer and cannot be accepted by the Government to form a binding contract. The Government will not pay for information received. The Government Point of Contact is Ms. Coralynn H. Woods, coralynn.h.woods.civ@mail.mil or Mr. Nicholas B. Kirby, nicholas.b.kirby.civ@mail.mil. CCAM-SM-A, Redstone Arsenal, AL 35898-5000. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes: (a) The Government will not pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the FAR. (b) Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. (c) This RFI is for planning and market research purposes only and should not be considered as a request for proposals or as a solicitation to do business with the Government RESPONSE INSTRUCTIONS Part A. Business Information: Please provide the following information for your company/institution and for any teaming or joint venture partners: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 541330. Based on the above NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Central Contractor Registration (Yes/No) i. Statement describing company as domestically or foreign owned (if foreign owned, please indicate country of ownership). Part B. Capability: 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience (no more than five examples) on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. If you were to rely on subcontractors for this effort, what subcontractors would you use to do what percentage of which portions? What are their experiences and do you already have a relationship with the subcontractor(s)? 4. Describe your company's approach and capabilities in obtaining and retaining qualified and experienced personnel. How soon could your company secure qualified personnel? Part C. Financial Capability: 1. Describe your financial capabilities to successfully perform this contract. 2. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. SUBMISSION INSTRUCTIONS: Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. Marketing material is considered an insufficient response to this RFI. Please limit responses to electronic delivery to the following e-mail address: Ms. Coralynn H. Woods, coralynn.h.woods.civ@mail.mil or Mr. Nicholas B. Kirby, nicholas.b.kirby.civ@mail.mil or CCAM-SM-A, Redstone Arsenal, AL 35898-5000. Response must include: Company name, Commercial and Government Entity (CAGE) code, classified mailing address, and appropriate point of contact information.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »