Manufacturing Sustainment & Engineering Support
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Updated)
- Updated Published Date: Jan 20, 2023 01:31 pm PST
- Original Published Date: Jan 20, 2023 12:13 pm PST
- Updated Response Date: Feb 06, 2023 03:00 pm PST
- Original Response Date: Feb 06, 2023 03:00 pm PST
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: J066 - MAINT/REPAIR/REBUILD OF EQUIPMENT- INSTRUMENTS AND LABORATORY EQUIPMENT
- NAICS Code:
- 561210 - Facilities Support Services
- Place of Performance: McClellan , CA 95652USA
Description
The Defense Microelectronics Activity (DMEA), McClellan, CA is issuing this Sources Sought Notice to find potential sources to provide sources for Manufacturing Sustainment & Engineering Support.
Industry responses to this Notice will assist the Government in determining the appropriate acquisition method, and will provide the Government information about the availability of qualified companies technically capable of meeting the requirement.
Information received in response to this Notice will also help the Government determine:
- Which type of small business set-aside, if any, will be utilized when soliciting for the contract and;
- How many potential IDIQ contracts the Government may need to issue to cover the range of services contained in this requirement;
- Determine structure, phrasing and formatting of contract requirements and documents; and
All businesses are invited to respond to this Notice.
This Notice is relative to the North American Industry Classification System (NAICS) 561210, Facilities Support Services. The Small Business size standard for NAICS 561210 is $47 million. The Product Service Code (PSC) is J066, Maint/Repair/Rebuild of Equipment- Instruments and Laboratory Equipment.
The vendor shall be able provide operations and engineering support for the Advanced Reconfigurable Manufacturing for Semiconductors (ARMS) Foundry and Integrated Circuits Manufacturing Support Labs (ICM-SL) through resources, equipment and operations activities. Additionally, this task may provide recommendations that enhance and/or support ARMS Foundry and ICM-SL activities for the processes that are installed, or are being installed, and/or are planning to be installed. Any personnel working on site shall comply with all site access requirements at DMEA. Key on-site personnel shall be required to obtain and maintain a Secret clearance.
More detail can be found in the attached Performance Work Statement(s), one (1) PWS for the overarching IDIQ and one (1) PWS for the first task order, both anticipated to issued at the initial RFP.
Contract Type: The proposed contract is anticipated to be a 5-year single-award indefinite delivery/indefinite quantity (IDIQ) contract. It is anticipated that DMEA would, simultaneously, issue a Task Order (TO) for manufacturing sustainment support as a five-year (base year with four option years) TO with the IDIQ award. TO is anticipated to be issued as Cost Plus Fixed Fee (CPFF). Additional TO may be issued for engineering support of the manufacturing sustainment effort. Offerors would therefore be expected to have a sufficient accounting system to support CPFF accounting.
Information requested: Please provide responses to any or all of the following:
Capability Statement: Vendors having the ability to provide the requirements are encouraged to submit a statement, not to exceed ten (10) pages, documenting their capabilities of meeting all of the requirements listed above, to include facilities requirements for the operation of the source, recent corporate experience in fulfilling this type of requirement, and,
- Company name and address, to include email address(s) and URL(s),
- Point of Contact (POC) name,
- POC telephone number and email address,
- Organizational Commercial and Government Entity (CAGE) code,
- Organizational Unique Entity Identifier (UEI) number,
- Business size status for the applicable NAICS code,
- Ability to provide manufacturing sustainment, engineering support or both
If your firm cannot provide all of the listed services, please identify which will be provided by your firm directly and which would be subcontracted. (Note: FAR 52.219-14 requires that 50% of the cost of contract performance incurred for personnel shall be expended for employees of the concern, or of a similarly situated concern (i.e. SB of the same type).)
IDIQ Comments - DMEA is interested in hearing industry comments on the potential structure of this IDIQ. Is there any scope that you cannot accomplish as currently written and should be separated to another contract? Any other comments are welcome.
TO1 Comments - DMEA strives to develop requirements that are clear, biddable, and enforceable, while allowing contractors to come up with the creative solutions to contract requirements. Please review the attached PWSs and identify which areas are unclear, overly rigid, or out of sync with commercial practice.
Please submit comments using the track changes feature in Microsoft Word (or equivalent).
Other Comments - Please provide any additional comments which can provide insight that would help DMEA with its requirements development or small business size selection.
Any organization responding to this Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Interested vendors are instructed to provide only the data requested in this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information or provide feedback to respondents with respect to information submitted. After reviewing responses received, a synopsis, a pre-solicitation notice or solicitation may be published to the Government Point of Entry (GPE), System for Award Management (sam.gov) website.
No proprietary, classified, confidential, or sensitive information should be included in responses. The Government reserves the right to use any technical information in any resultant solicitation.
Disclaimers and Important Notes: This Notice is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. This is not a request for quote (RFQ) or a request for proposal (RFP), and responses will not be considered as proposals or quotes. The Government will not pay for any cost incurred in responding to this Notice. Any information submitted by respondents to this Sources Sought Notice is voluntary.
The information submitted in response to this Notice will not be utilized to determine vendor standing in any future or potential RFP or RFQ, whether a vendor is qualified to submit an RFQ or RFP for any future requirement, or how well respondents can perform a requirement, which can only be evaluated in response to a solicitation.
Vendors will not receive formal notification or feedback on any information submitted in response to this Sources Sought Notice. The Government reserves the right to reject or disregard, in whole or in part, any response to this Notice. Any future submissions in response to a solicitation to the GPE will be evaluated independent of any information submitted in response to this Notice. Responses to this Sources Sought will not be returned. Not responding to this sources sought does not preclude participation in any future and potential solicitation. The Government will not provide potential vendors information on solicitations issued on the GPE based on this Sources Sought Notice.
Submission deadline date is 01 February 2023at 3:00PM Pacific Daylight Time (PDT). Send electronic responses to this notice to: nicholas.s.roberts8.civ@mail.mil.
Attachments/Links
Contact Information
Contracting Office Address
- DEFENSE MICROELECTRONICS ACTIVITY 4234 54TH STREET
- MCCLELLAN , CA 956522100
- USA
Primary Point of Contact
- Nicholas Roberts
- nicholas.roberts@dmea.osd.mil
- Phone Number 9169992695
Secondary Point of Contact
History
- Feb 21, 2023 08:58 pm PSTSources Sought (Updated)
- Jan 20, 2023 01:31 pm PSTSources Sought (Updated)
- Jan 20, 2023 01:29 pm PSTSources Sought (Updated)
- Jan 20, 2023 12:13 pm PSTSources Sought (Original)