Sources Sought for Sustainment Modernization Program for the US Army Combat Capabilities Development Command (DEVCOM)
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 (Original)
- Original Published Date: Aug 22, 2022 12:14 pm EDT
- Original Response Date: Sep 22, 2022 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: R702 - SUPPORT- MANAGEMENT: DATA COLLECTION
- NAICS Code:
- 518210 - Data Processing, Hosting, and Related Services
- Place of Performance: Aberdeen Proving Ground , MD 21005USA
Description
A. Objective:
To find sources that are qualified to meet the supplies/services as listed in section 11B. This notice will be used as market research of sources capable of providing sample data collection services in support of the U.S. Army Combat Capabilities Combat Capabilities Command (DEVCOM) Data and Analysis Center (DAC). Note that the specific requirements in section C are subject to change prior to the release of any solicitation.
B. Description of Requirement: To collect, maintain, and deliver required data elements for the Sustainment Modernization program. Data elements are used for multiple analyses, including repair parts analysis, identifying reliability and maintainability characteristics of equipment over the life cycle, providing assessments of fleet health, supply impacts, operational energy, predictive maintenance and logistics, analysis of component life, and providing data for estimating Army studies for Manpower requirements.
A complete Performance Work Statement (PWS) and DD1423 will be provided under separate cover upon request to suitable offerors due to Controlled Unclassified Information (CUI). Requests are due by 09/02/2022.
The planned acquisition will be issued as an Indefinite Delivery, Indefinite Quantity (IDIQ) with a five (5) year ordering period and not to exceed ceiling of $25 million, with cost plus fixed fee (CPFF) and firm fixed priced (FFP) task orders. The anticipated date of award is May 2023. Place of performance is in accordance with PWS.
C. Responses:
All interested parties should provide a written response by mail, fax, or e-mail by the closing date. Responses which do not clearly and completely address the below series of questions will be considered as submitted for general informational purposes only, and not considered a demonstration of intent to submit a proposal to any eventual RFP. A lack of small business responses to this sources sought must be treated as evidence of disinterest/incapability of small businesses to submit a proposal to any eventual RFP. Responses must include the information shown below:
1. Business Name:
CAGE Code:
Point of Contact:
Size Status(es) under the identified size standard in 4. (SB, 8a, SDVOSB, etc.):
2. If a different NAICS code appears more appropriate for this action, please provide the suggested code with an explanation as to why it is more appropriate. Note, your organization does not currently need to be registered
under the NAICS to provide capabilities information in response to this Sources Sought.
3. Please estimate the maximum percentage of the overall requirement which your organization could perform with in-house resources. Consider the language at FAR Clause 52.219-14(c) -- Limitations on Subcontracting in
your response.
4. Upon any eventual release of a RFP, is your organization's intent to issue a proposal as Prime Contractor for this effort, or as a Subcontractor?
5. To be considered for this requirement, please answer the following questions in addition to any capability statements. You are reminded that this acquisition may be considered for a small business set aside in accordance with Federal Acquisition Regulation (FAR) 19.502. In this case, the small business would only be required to perform at least 50% of the range of the work in accordance with FAR 52.219-14.
Q1. Provide a background on your company’s capability and expertise to collect, advise, and execute diagnostic and troubleshooting for Army ground systems (e.g., automotive diagnostics) on Army installations
Q2. Can you install and sustain hundreds of data loggers used for data collection on Army systems (data acquisition systems that record canbus data) on vehicles?
Q3. Do you have the capability to analyze complex data sets from testing or the field that contain time series sensor data and messages (generally automotive, diagnostic, and other data on military ground vehicles)?
Q4. What experience do you have in developing prognostic and predictive health algorithm approaches based on vehicle time series data?
Q5. Can you support hosting on government servers a complex data analysis architecture of open source, databases, code, tools, applications for big data processing?
Q6. Can you meet Information Technology (IT) requirements for sustaining the data analysis architecture?
Q7. Can you develop, manage and host web-based visualization tools?
Q8. Do you have the capability of datamining Army logistical data systems?
Q9. Can you fuse Army time series sensor data, maintenance data, and supply data to develop and deploy visual dashboards?
Q10. What experience do you have in utilizing Army maintenance data to develop prescriptive models?
6. Has your company performed this type of effort or similar effort (to include size and complexity) either currently or in the past to another Government agency or non- government customer? YES or NO
If YES, please identify the agency, contact information, and contract number as applicable.
7. A SECRET security clearance will be required of all contractor personnel at time of award. Will your company be able to comply with this requirement? YES or NO
POINTS OF CONTACT(S):
(12) Responses to this posting are due no later than 3:00PM eastern standard time (EST) 09/22/2022. Submissions should be emailed to Alex Cheatham, alexander.k.cheatham.civ@army.mil. No late submissions will be considered in the development of the report.
Questions concerning this sources sought may be directed to Alex Cheatham, alexander.k.cheatham.civ@army.mil. Please be advised that .zip and .exe files cannot be accepted.
(13) Place of Contract Performance: See PWS
(14) Estimated Delivery Timeframe or Period of Performance: Five (5) Year base contract ordering period. Individual task orders will have their own respective performance period.
Attachments/Links
Contact Information
Contracting Office Address
- KO BLDG 102 AMSSB ACC 2800 POWDER MILL RD
- ADELPHI , MD 20783-1197
- USA
Primary Point of Contact
- Alexander Cheatham
- alexander.k.cheatham.civ@army.mil
- Phone Number 5756784963
Secondary Point of Contact
History
- May 31, 2023 11:59 pm EDTSources Sought (Updated)
- Jan 09, 2023 12:51 pm ESTSources Sought (Updated)
- Jan 09, 2023 12:18 pm ESTSources Sought (Updated)
- Oct 14, 2022 11:56 pm EDTSources Sought (Updated)
- Aug 22, 2022 12:14 pm EDTSources Sought (Original)