이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] ARNORTH ANALYTICAL SUPPORT SERVICES
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2017.07.28
원본

 

공고명: ARNORTH ANALYTICAL SUPPORT SERVICES

게시일: 2017/07/26

마감일: 2017/08/15

수행지역: 미국

카테고리:31 - 제조부품

 

공고내용

 

Solicitation Number :

PR0011041007


Notice Type :

Sources Sought

 

Synopsis :


Added: Jul 25, 2017 1:12 pm
SOURCES SOUGHT NOTICEUnited States Army -NorthAnalytical Support Services of Mexico SOLICITATION NUMBER: TBD NOTICE TYPE: This is A Sources Sought Notice ONLY. This Sources Sought Synopsis (SSS) is for a need for analytical support services in support of the Army North Civil and Military Co-Operation (G5) for the United States Army North (ARNORTH). The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) Contracting Office on behalf of ARNORTH, to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy. BACKGROUND: ARNORTH is the Army Service Component Command (ASCC) to US Northern Command (NORTHCOM). ARNORTH is the only ASCC that is charged with defending the homeland, conducting theater security cooperation, and Defense Support of Civilian Authorities (DSCA). ARNORTH is directed by NORTHCOM to sustain a strategic partnership with Canada for the cooperative defense of North America and building an interoperable partnership with a capable Mexican security force. The Army North Plans Directorate, known as the "G5," provides Contingency and Operational Planning, and Theater Security Cooperation engagement activities for the Command. This non-personal service requirement is to provide Analytical Support of Mexico as highlighted below and furthered defined in the draft Performance Work Statement (PWS) except for those items specified as government furnished property and service. The service outlined in this requirement encompasses professional, scientific, and technical services, which includes establishments primarily engaged in providing professional, scientific, or technical services (except legal services; accounting, tax preparation, bookkeeping, and related services; architectural, engineering, and related services; specialized design services; computer systems design and related services; management, scientific, and technical consulting services; scientific research and development services; advertising, public relations, and related services; market research and public opinion polling; photographic services; translation and interpretation services; and veterinary services). The NAICS code assigned to the acquisition is 541990, All Other Professional, Scientific, and Technical Services, The associated size standard is $15 million. The requirement requires the contractor to provide all personnel necessary to perform the requirements as defined in the draft PWS. PURPOSE OF THIS SOURCES SOUGHT: 1) To request information on capabilities of potential offerors to provide the services described in the draft PWS in order to determine if this will be set-aside. Please note, decision to set-aside this requirement for a small business program or to compete it through full and open procedures has not yet been made. 2) To request information from interested parties regarding their preferred contracting approach to provide the services described in the attached draft PWS. All acquisition methods are being considered by the Government. RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information: 1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. 2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any. 3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination. 4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc. 5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns. 6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion. 7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services. 8. Information to help determine if the suggested NAICS is considered appropriate for this acquisition. If you believe it is not, suggest a NAICS and explain why it is more appropriate for this type of acquisition.SPECIAL REQUIREMENTS: ? Personnel and Facility Security Clearances. ADD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance before time of award.? Contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active before contract award. The official SAM website is https://www.sam.gov/portal/public/SAM/. YOUR RESPONSE TO THE SYNOPSIS: The Government requests for Statement of Capabilities to be submitted electronically in PDF format. Offeror's responses shall not exceed fifteen (15) pages single-sided - standard 8 ½ X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described in the Draft PWS. All responses shall be received no later than Aug 15, 2017 at 12:30 PM CDT. Please respond via electronic mail (e-mail) to the Contracting Officer, Andrea G. Palmer, at the following address: andrea.g.palmer.civ@mail.mil and Contract Specialist, Joann T. Morton, at the following address joann.t.morton.civ@mail.mil. All questions MUST be in writing and should also be directed to Joann Morton and Andrea Palmer. In all responses, please reference ARNORTH Analytical Services in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis. Primary Point of Contact: Secondary Point of Contact:Joann T. Morton Andrea G. PalmerContract Specialist Contracting OfficerEmail: joann.t.morton.civ@mail.mil  

 

Please consult the list of document viewers if you cannot open a file.


Draft PWS


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

Draft PWS


Posted Date:

July 25, 2017

 

DRAFT_PWS


Type:

Other (Draft RFPs/RFIs, Responses to Questions, etc..)


Label:

DRAFT_PWS


Posted Date:

July 25, 2017

 

 

Attachment1_PWS.pdf (135.47 Kb)

Description: Draft PWS

 

Contracting Office Address :

2205 Infantry Post Road, Bldg. 603 Fort Sam Houston, Texas 78234-1361 United States


Place of Performance :

Prefer to PWS San Antonio, Texas 78234 United States


Primary Point of Contact. :


Joann T. Morton,

CONTRACT SPECIALIST

Joann.t.morton.civ@mail.mil

Phone: 210-466-2220


Secondary Point of Contact :


Andrea G. Palmer,

Contracting Officer

andrea.g.palmer.civ@mail.mil

Phone: 210-466-2223

 

원본 URL: https://www.fbo.gov/index?s=opportunity&mode=form&id=b3602c619e8e715c050c3dc7df66f4c1&tab=core&_cview=1