The U.S. Army Contracting Command - Redstone Arsenal, AL (ACC-R) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for the procurement of Contractor Logistic Support (CLS) services for the Electronic Advanced Ground Launcher System (EAGLS). This requirement includes services for Field Support Representatives, Repair and Maintenance, Training, Test Support, and related shipping and travel. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334511, which has a size standard of 1,350 in number of employees.
THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a
request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information:
1) Organization name, address, email address, Web site address, telephone number, and size 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.
The government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, A
DETERMINATION WILL BE MADE TO AS TO THE EXTENT OF THE COMPETITION AND POTENTIAL FOR
SET ASIDES AVAILABLE FOR THIS REQUIREMENT. Telephone inquiries will not be accepted or
acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Based on the history of the requirements of the EAGLS program, it is contemplated that this award will be made on an Other Than Full and Open Competition, Sole Source basis in accordance with Federal Acquisition regulation (FAR) 6.302-1.
The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.
Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.
PROGRAM BACKGROUND
The anticipated Period of Performance for the support of the EAGLS will be from FY26-27. The proposed acquisition is to provide services as depicted in the following paragraphs.
REQUIRED CAPABILITIES
The Contractor shall provide resources to support the CLS requirements for Test Support, Training, Field Service Representatives, and Repair and Maintenance services in support of the program. In detail, the Government requires:
- Training – Training provides contractor support of EAGLS New Equipment Training at government locations in the form of on-site personnel, support equipment, and instruction materials required to certify new operators in accordance with the Performance Work Statement (PWS).
- Field Service Representative Support – Field Service Representative Support provides contractor personnel on-site at OCONUS locations to provide necessary New Equipment Training (NET), Sustainment Training, Repair and Maintenance, software updates, and technical support required to maintain the EAGLS capability for deployed units.
- Repair and Maintenance – Repair and Maintenance provides contractor personnel, equipment, and expertise required to provide repair and maintenance support for the EAGLS including all activities required to bring elements of the EAGLS to a fully mission capable status and repair materials.
- Test Support – Provides support for exercises, demonstrations, and test events at locations determined by the Government in the form of pre-event planning, technical personnel and equipment support on-site for event execution, and data collection, analysis and reporting following the event.
- Shipping - Shipping is to provide coverage for shipment of necessary equipment from contractor facility to government destinations CONUS and OCONUS.
- Travel - Travel is to provide coverage for vendor personnel to travel in support of all services as directed by the government and in accordance with the contract and PWS.
SUBMISSION INSTRUCTIONS: Interested parties who consider themselves qualified to perform the above-listed services are hereby invited to submit a response to this Sources Sought Notice not later than the response date listed in this notice. The capabilities statement must not exceed 10 pages in length. The document should be formatted using Times New Roman font, with a minimum font size of 10 points. All responses under this Sources Sought Notice must be in either Microsoft Word or Portable Document Format (PDF), and submitted via email to the primary point of contact listed in this notice. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. All questions must be submitted to the Contract Specialist identified below. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
Responses must address at a minimum the following items:
1) What type of work has your company performed in the past in support of the same or similar requirement?
2) Can or has your company managed a task of this nature? If so, please provide details.
3) Can or has your company managed a team of subcontractors before? If so, provide details.
4) What specific technical skills does your company possess which ensure capability to perform the tasks?
5) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the one-year base period as well as the one-year option period.
6) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, CAGE Code, UEI, etc.
7) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.
Primary Point of Contact:
Tyler Carter
Contract Specialist
tyler.j.carter25.civ@army.mil
Secondary Point of Contact:
Dorphelia B. Foster
Contracting Officer
dorphelia.b.foster.civ@army.mil