The United States (U.S.) Army Contracting Command – New Jersey is conducting a Market Survey on behalf of the Project Manager for Soldier Lethality (PM-SL) and U.S. Army Combat Capabilities Development Command (DEVCOM) Armaments Center (AC) for support services to encompass a broad range of technology areas.
The U.S. Army Office of PM-SL and DEVCOM AC in conjunction with the U.S. Army Special Operations Command (USASOC) are currently investigating the generation, propagation, and interaction of various target effects produced from advanced weapons, munitions, energy technologies and other means to meet the full spectrum of special mission needs. The contractor will serve as liaison to USASOC and elements including the Gabled Stone Facility by maintaining a working presence at Fort Bragg, North Carolina, supporting Gabled Stone operations and visiting other key USASOC/Gabled Stone locations to accomplish statement of work tasking. The personnel supporting this effort will need to have extensive experience, skills and knowledge with Gabled Stone processes and requirements, as this will be a prerequisite to gain access to the required data, offices and agencies. Work efforts would require performance clearance up to and including the TOP SECRET level.
DISCLAIMER
“THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A “REQUEST FOR PROPOSAL (RFP)” TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT.”
BACKGROUND:
The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $16.5M. The Product Service Code is AC13. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement.
SUBMISSION DETAILS: Each potential source is requested to provide the contract number(s), dollar value(s) and brief description of work previously or currently being performed, which specifically demonstrates the contractor's ability to successfully satisfy the requirements described above. Firms shall also provide point of contact information, where available, for the efforts cited above. All data should be sent at no cost to the U.S. Government by 30 June 2022 to the U.S. Army DEVCOM AC. ATTN: ACC NJ POC, Malgorzata.stroynowski.civ@army.mil and to david.s.gordon26.civ@army.mil In addition, please provide the firm’s name and address, point of contact with telephone number and email address, CAGE Code and DUNS number, and size of business (i.e. large, small, disadvantaged, veteran owned, woman owned, etc.).
This is a market survey for information only, and shall not be construed as a request for a proposal or as an obligation on the part of the U.S. Government. The U.S. Government does not intend to award a contract on the basis of this market survey or otherwise pay for information solicited.
The official response must be submitted to: U.S. Army Contracting Command New Jersey, ACC-NJ-JA, ATTN: ACC NJ POC, Building 9, Picatinny Arsenal, NJ 07806. Electronic submittals are preferred and should be sent to Email: Malgorzata.stroynowski.civ@mail.mil and to david.s.gordon26.civ@army.mil. Phone inquiries will not be addressed; all requests should be submitted in writing via email. Respondents will not be notified of the results of the survey.