Notification of Ceiling Increase and Period of Performance Extension
Intent to Sole Source/Sources Sought Synopsis for the U. S. Army Space and Missile Defense Command/Army Forces Strategic Command Hypersonic Technology Demonstration Notification of Ceiling Increase an... Intent to Sole Source/Sources Sought Synopsis for the U. S. Army Space and Missile Defense Command/Army Forces Strategic Command Hypersonic Technology Demonstration Notification of Ceiling Increase and Period of Performance Extension to W9113M-14-C-0015 1. INTRODUCTION: Army Contracting Command-Redstone/Contracting and Acquisition Management Office is issuing this Intent to Sole Source/Sources Sought Synopsis as a means of conducting market research for the U. S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) to identify parties having an interest in and the resources to support the requirement for Hypersonic Technology Demonstration (HTD). It is the Government's intent to negotiate a ceiling increase to contract W9113M-14-C-0015 on a sole source basis with General Atomics of Huntsville, AL should no other firm have the capability to support the requirement. 2. DISACLAIMER: This INTENT TO SOLE SOURCE/SOURCES SOUGHT SYNOPSIS is only for informational and preliminary planning purposes. This is not a "request for proposal (RFP)" to be submitted, 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 notice is strictly voluntary. Not responding to this notice does not preclude participation in any future RFP, if any is issued. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. 3. REQUIREMENT: The proposed acquisition is directed to General Atomics pursuant to 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements." Contract W9113M-14-C-0015 provides critical support to the USASMDC/ARSTRAT Strategic Systems Division and the U.S. Army Hypersonics Program Office for Conventional Prompt Strike Hypersonic Technology Demonstration (CPS HTD) development and flight test execution. Further detail is provided in the scope of work, that is available upon request (please email Jessica.n.ely3.civ@mail.mil to request). The contemplated bilateral contract modification action is an in-scope ceiling increase of $60 Million and period of performance (PoP) extension from June 14, 2019, to March 1, 2021, which will allow General Atomics to continue to support ongoing flight test efforts and provide critical long-lead test support for additional late?breaking in scope mission test requirements. The General Atomics team has been the lead industry partner since program inception and has provided engineering and technical support for Hypersonic Technology Demonstration (HTD) test program development and hardware design, development, and procurements. As such, General Atomics is the only source with the expertise and knowledge that can complete the efforts in time to meet an FY19-FY20 test schedule. The Office of the Undersecretary of Defense for Acquisition, Technology, and Logistics (OUSD-AT&L), the U.S. Army and U.S. Navy are the sponsors and funding authorities for the HTD Program and have specified the requirement that additional HTD mission tests be conducted within a very strict timeframe, which drives the need for the immediate execution of critical early long-lead test component builds in order to meet the HTD mission schedule goals. General Atomic's has the unique experience and specialized skill and expertise to provide continued and uninterrupted HTD component deliveries and engineering support that is critical to the Government and the basis for the intended sole source in-scope ceiling increase and PoP extension. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement by the due date below. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This notice of intent to execute a bilateral contract modification for an in-scope ceiling increase of $60 Million and PoP extension is not a request for competitive proposals. Interested parties who believe they can perform this requirement without substantial duplication of cost to the Government are invited to submit a written narrative statement of capability, no more than 10 pages in length, to include detailed technical information sufficient to permit agency analysis in order to determine bona fide capability to meet the Government's requirements. 4. ADDITIONAL INFORMATION: 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. This documentation must address, at a minimum, the following items: 1) Organization name, address, email address, web site address, telephone number, cage code, and business size for NAICS 541715 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. Responses without the required documentation will be considered nonresponsive. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a response that will be considered. All data received in response to this Intent to Sole Source/Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. 5. SUBMISSION INSTRUCTIONS: Interested vendors shall respond to this Intent to Sole Source/Sources Sought Synopsis no later than 1:00 PM (CST) May 6, 2019. Email your response to Ms. Jessica N. Ely, Contracting Officer, ACC-Redstone CAMO, Email jessica.n.ely3.civ@mail.mil. EMAIL IS THE ONLY METHOD WHEN RECEIVING RESPONSES TO THIS INTENT TO SOLE SOURCE/SOURCES SOUGHT SYNOPSIS. Responses without the required documentation will be considered nonresponsive. This is NOT a formal notice of solicitation. Telephone or facsimile inquires and/or responses will not be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »