Agency: | DEPT OF DEFENSE |
---|---|
State: | Massachusetts |
Type of Government: | Federal |
FSC Category: |
|
NAICS Category: |
|
Posted Date: | Nov 7, 2022 |
Due Date: | Nov 28, 2022 |
Solicitation No: | W911QY-23-R-S2CL |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
The Department of the Army, Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Natick Division (ND), Natick, MA is seeking information to provide design and installation of integrated systems and equipment for common laboratories in the Soldier & Squad Performance Research Institute (S2PRINT) at the U.S. Army Soldier Systems Center located in Natick, MA.
This is not a Solicitation (i.e., Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Army Contracting Command (ACC) will contract for the services contained in the Sources Sought. This Sources Sought is part of a government market research effort to determine the scope of industry experience, capabilities and interest and will be treated as information only. This market survey is for planning purposes only. The NAICS codes for this requirement are 334516 with a size standard of 1,000, 541690 with a size standard of $16,500,000.00 and/or 541512 with a size standard of $30,000,000.00. The offeror may fall under one or more than one of the suggested NAICS codes.
Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this Sources Sought are strictly voluntary and no reimbursement will be made by the Government to respondents for information provided in response to this Sources Sought. Responses to this Sources Sought will not be returned and respondents will not be notified of the result of the review. If a Solicitation is issued, it will be announced on the System for Award Management website https://sam.gov/ at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. This Sources Sought does not restrict the Government's acquisition approach on a future Solicitation.
DESCRIPTION OF REQUIREMENTS/BACKGROUND:
The US Army is soliciting information from industry to provide human performance laboratory design and equipment installation services at the US Army Natick Soldier Systems Center (NSSC), General Greene Avenue (formerly Kansas St.), Natick, MA.
PROJECT DESCRIPTION:
Please provide a brief capabilities statement package (no more than 5 pages in length, single spaced, 10-point minimum font) demonstrating your ability to meet the following requirements:
The Contractor shall design and install integrated data collection systems and equipment for common laboratories in the S2PRINT facility. The common labs include the Combat Maneuver Lab (CML) and Control Room. The CML is an 18,000 sqsft space within S2PRINT for conducting Soldier and Squad human performance research. The control room serves as the control center for CML functions to the degree desired. Additional common spaces within S2PRINT included in this scope of work are:
These will also all require high quality audio/visual telecommunications capabilities.
General Requirements. The contractor's focus shall be two-fold. The first is the design portion. The second is acquisition, installation, integration, and training.
(1) The design portion of the contract shall focus on taking the required capabilities for the labs and spaces defined by the government and identifying hardware and software solutions that will fulfill the capability requirements of those facilities. The contractor will then provide a report containing the technology systems that will meet the needs of the labs and spaces.
(2) The second portion of the contract will be in the form of an option to have the contractor purchase, install and integrate the proposed systems and equipment. The contractor will also train government personnel on operation and general maintenance of the technologies.
Specific Requirements: Setting up large scale studio environments with multisensory immersion and integrating/syncing of data from many different types of data/sensor streams including Augmented Reality/Virtual Reality. See the attached Statement of Work for additional details.
Period of Performance: The anticipated period of performance will be for 4 (four) months for the layout design phase with an optional 8 (eight) month period for acquisition and installation for a total of approximately 1 (one) year.
ADMINISTRATIVE:
The Government is conducting this market research to identify potential manufacturers/vendors and acquire information on the types and sizes of businesses that will be able to compete on future contracting actions, potential costs, and delivery capabilities.
Any relevant company background/experience, business category, costs, and other information that the company believes demonstrates their value/ability to meet the requirements, should be included. All information and evaluation results will be Controlled Unclassified Information (formerly referred to as For Official Use Only) and used for Government purposes only. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses.
Technical capability statements and any questions shall be submitted to Mr. Brandon Rivett brandon.j.rivett.civ@army.mil and Mr. Shawn Haubner shawn.p.haubner.civ@army.mil by 12:00 PM EST on 28 November 2022. No requests for extensions will be honored. Late responses will not be considered. This notice is for information only. THIS IS NOT A REQUEST FOR QUOTATION. No solicitation document exists for this action.
The results of this Sources Sought will be used to determine the method of soliciting this requirement, i.e., 100% set-aside for Small Business, Sole Source, or on an Unrestricted basis.
After review of the submitted Sources Sought, ACC-APG, Natick Contracting Command will release a Combined Synopsis/Solicitation to Industry regarding the acquisition strategy/decision (i.e., Unrestricted, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service-Disabled Veteran-Owned Business Set Aside, Sole Source). It is anticipated that the Combined Synopsis/Solicitation will be posted in December 2022. The resulting Contract will use Firm Fixed Price (FFP) provisions.
Places of Performance: U.S. Army Natick Soldier Systems Center- Natick, MA.
*Required
Please identify:
Company Name *
Company Size *
CAGE Code*
Contact Person’s First & Last Name *
Contact Person’s Email *
Contact Person’s Telephone *
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Bid Solicitation: BD-24-1286-PRC01-PRC01-101063 Header Information Bid Number: BD-24-1286-PRC01-PRC01-101063 Description: On-Call Masonry and Waterproofing
Commonwealth of Massachusetts
Bid Due: 4/18/2024
Description Opening Date/Time Closing Date/Time IFB 24-11 Radio Dispatch Console April 01, 2024
City of Greenfield
Bid Due: 4/18/2024
Bid Number: WMLP-24S-80-211 Bid Title: Town of Wellesley Rooftop Leases for PV Systems
Town of Wellesley
Bid Due: 5/02/2024
Follow Basic Ordering Agreement Active Contract Opportunity Notice ID N00104-24-G-CR01 Related Notice Department/Ind.
DEPT OF DEFENSE
Bid Due: 4/24/2024