GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)

Agency: DEPT OF DEFENSE
State: Michigan
Type of Government: Federal
Category:
  • A - Research and development
Posted: May 4, 2022
Due: Jan 31, 2023
Solicitation No: W56HZV_GVSC_TES2
Publication URL: To access bid details, please log in.
Follow
GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
Active
Contract Opportunity
Notice ID
W56HZV_GVSC_TES2
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC WRN
Office
W4GG HQ US ARMY TACOM
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 04, 2022 02:22 pm EDT
  • Original Published Date: Feb 07, 2022 04:40 pm EST
  • Updated Response Date: Jan 31, 2023 04:30 pm EST
  • Original Response Date: Jan 31, 2023 04:30 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AC33 - National Defense R&D Services; Defense-related activities; Experimental Development
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Warren , MI 48092
    USA
Description View Changes

5/4/2022 - One-on-One Opportunity for TES





The Government is providing interested prime offerors an opportunity to meet one-on-one with Government officials to provide feedback on the recently posted draft RFP. Source Selection sensitive information will not be discussed during this event. Interested parties may submit a request to reserve one of the available one-on-one time slots. A list of available time slots is provided below, and will be assigned on a first come, first served basis. All one-on-one sessions will take place virtually on MS Teams and a Teams calendar invite will be provided once a time slot is confirmed. Please see the registration instructions below. GVSC and ACC-DTA leadership and personnel will be present at each session.





Available time slots on 12 May 2022:





0900 – 0940





1000 – 1040





1100 – 1140





1200 – 1240





1300 – 1340





1400 – 1440





1500 – 1540





1600 – 1640





ONE-ON-ONE SESSION REGISTRATION INSTRUCTIONS:





The Government intends to conduct all one-on-one sessions on 12 May 2022. The Government will confirm receipt of your request for a one-on-one session and provide a MS Teams calendar invite via e-mail. Please submit the following information electronically to TES MAILBOX EMAIL ADDRESS no later than close of business 9 May 2022. The Government encourages interested parties submit questions in advance to facilitate meaningful discussions, and requests questions be submitted by close of business 9 May 2022 to allow for adequate preparation.





1. Individual attendee's full name and title



2. Individual attendee's e-mail address



3. Company name



4. Two preferred time slots





When submitting registration information, please include “TES One-on-One Registration” in the email subject line.





IMPORTANT INFORMATION REGARDING ONE-ON-ONE SESSIONS:





This event is for informational and planning purposes only. It does not constitute a formal solicitation for proposals or abstracts, and shall not be considered as a commitment by the Government for any purpose. Attendance is strictly voluntary and the Government will not reimburse attendees/participants for any costs associated with attending. Any information submitted in conjunction with participating in this event is subject to disclosure under the Freedom of Information Act, 5 USC § 552(a). The Government requests that no proprietary information be submitted in conjunction with this event, as the Government will not be liable for damages related to proprietary information submitted by contractor attendees. This event is closed to the media.





Interested parties are responsible for staying informed, so it is important to visit SAM.gov periodically to review the most current information.





The Government reserves the right to not respond to all questions received. The Government will post all Questions and Answers to SAM.gov for public review.





____





4/29/2022 - W56HZV-22-R-0003 Draft RFP and Updated Q&As





SUBJECT: Market research for Technical and Engineering Services (TES) supporting Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC)





DESCRIPTION AND BACKGROUND: The United States Army Contracting Command – Detroit Arsenal (ACC-DTA), is contemplating the conduct of a best value competitive source selection resulting in the award of a single five-year Cost-Plus-Fixed-Fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract. This requirement is in support of the DEVCOM GVSC for Technical and Engineering Services (TES) supporting Fiscal Years (FY) 2023 through 2028.





INFORMATION SOUGHT: Interested offerors are invited to submit a white paper in response to this notice providing feedback on the draft RFP with associated attachments for this requirement. A posting offering an opportunity for one-on-one sessions with potential prime offerors will be posted next week.





RESPONSE INSTRUCTIONS:



The RFI response shall not have a font size smaller than 12 point. Submittal should be in text .pdf format.



Electronic responses shall be submitted to the TES Correspondence Mailbox (usarmy.detroit.acc.mbx.technical-engineering-services-correspond@army.mil) using the email addresses listed for the primary and alternate POCs at the end of this notice. If a more secure submittal form is necessary, contact the TES Correspondence Mailbox for a DoD SAFE drop link.



Please include the following administrative information:



Company Name:



Cage Code:



Mailing Address:



Company Website:



Location of Facilities:



Point of Contact:



Phone Number:



Fax Number:



Email:



Responses are due no later than close of business 16 May 2022.





GENERAL INFORMATION: This Special Notice is for informational purposes only and is not a request for competitive proposals. Contractors should submit White Paper Capability Statements in response to this notice. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this notice or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. All interested sources must respond to any future solicitation announcements separately from responses to this request for the submission of White Papers.



Any information submitted by respondents to this RFI is strictly voluntary. Respondents will not be notified regarding information obtained related to this RFI. Responses will not be returned nor will detailed feedback be provided by the Government. The Government does not intend to answer questions related to this RFI.



If and when a solicitation is issued, the Government will post on Sam.gov. It is the respondent’s responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations.



It is not necessary to respond to this market survey in order to be eligible for future contract awards, nor will responses result in preferential consideration for future award.



Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. §1905) to protect confidential information provided to the Government. Proprietary information will be handled in accordance with the paragraph entitled PROPRIETARY INFORMATION below.





PROPRIETARY INFORMATION:



The USG appreciates the time and effort taken to respond to this survey. The USG acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as PROPRIETARY under this statute. Pursuant to this statute, the USG is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following:



Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the USG is clearly notified of what data needs to be appropriately protected.



In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as PROPRIETARY may diminish or eliminate the usefulness of your response. Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected.



The USG is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the USG or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the USG will not be protected once in the public domain. Data already in the possession of the USG will be protected in accordance with the USG rights in the data.





____





4/5/2022 - TES Strategy Posting - Informational Purposes Only





SUBJECT: Market Research for Technical and Engineering Service (TES) supporting Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC)





DESCRIPTION AND BACKGROUND: The United States Army Contracting Command – Detroit Arsenal (ACC-DTA), is contemplating the conduct of a best value competitive source selection resulting in the award of a single five-year Cost-Plus-Fixed-Fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract. This requirement is in support of the DEVCOM GVSC for Technical and Engineering Services (TES) supporting Fiscal Years (FY) 2023 through 2030.





This is a continuation of the prior special notice for GVSC Technical and Engineering Services, notice ID W56HZV_GVSC_TES.





This notice is provided for informational purposes only and no response is required by interested offerors.





A new attachment entitled "TES Strategy Posting" is being provided to industry to assist interested offerors in understanding the Government’s overall acquisition strategy in order to encourage maximum competition. This posting also includes an updated Notional Award milestone schedule. Please note that the information presented here is preliminary and is subject to change.





GENERAL INFORMATION: This Special Notice is for informational purposes only and is not a request for competitive proposals. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government will not reimburse respondents for any cost associated with submission of the information or reimburse expenses incurred to interested parties in relation to this notice or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. All interested sources must respond to any future solicitation announcements separately from responses to this request for the submission of White Papers.



Respondents will not be notified regarding information obtained related to this notice. Responses will not be returned nor will detailed feedback be provided by the Government. The Government does not intend to answer questions related to this notice.



If and when a solicitation is issued, the Government will post on Sam.gov. It is the respondent’s responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations.



It is not necessary to respond to this notice in order to be eligible for future contract awards, nor will responses result in preferential consideration for future award.



Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. §1905) to protect confidential information provided to the Government. Proprietary information will be handled in accordance with the paragraph entitled PROPRIETARY INFORMATION below.





PROPRIETARY INFORMATION:



The USG appreciates the time and effort taken to respond to this survey. The USG acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as PROPRIETARY under this statute. Pursuant to this statute, the USG is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following:



Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the USG is clearly notified of what data needs to be appropriately protected.



In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as PROPRIETARY may diminish or eliminate the usefulness of your response. Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected.





____



3/24/2022 - Update Posting Revised GFPM Attachment with specific associated Cost-Price questions





SUBJECT: Market research for Technical and Engineering Services (TES) supporting Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC)





DESCRIPTION AND BACKGROUND: The United States Army Contracting Command – Detroit Arsenal (ACC-DTA), is contemplating the conduct of a best value competitive source selection resulting in the award of a single five-year Cost-Plus-Fixed-Fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract. This requirement is in support of the DEVCOM GVSC for Technical and Engineering Services (TES) supporting Fiscal Years (FY) 2023 through 2028.





INFORMATION SOUGHT: Interested offerors are invited to submit a white paper in response to this notice providing feedback on the revised GFPM Attachment and the associated . As part of your white paper, the Government requests feedback on the following questions related to the requirements of the anticipated contract, which are described below. The Government considers all information received as feedback related to the Draft RFP Sections L & M Cost-Price language as Proprietary Information.



The Government has carefully reviewed the feedback received for the draft L&M Cost-Price RFI. The following changes have been made to the Government Furnished Pricing Model (GFPM):




  • Updated floor rates based on industry feedback

  • Updated Ceiling rate % from 5% to 10% based on industry feedback

  • Reallocated labor hours between USG and Contractor site based on industry feedback

  • Removed Ceiling rate %’s for the following labor categories: System Engineer, System Architect, Software Architect, Senior Software Engineer, Senior Engineer, Vehicle Electronics System Engineer, High Voltage Power Electronics Engineer, and Subject Matter Expert.



The Government believes that the Floor Rate/Ceiling Rate % model is necessary in order to ensure proposals are realistic and reasonable.



The feedback should include:



1. Whether the revised floor rates in the Government Furnished Pricing Model (GFPM) are reasonable. As concerns the revised floor rates in the GFPM, are the floor rates reasonable for both Government-site work and Contractor-site work?



2. Whether the revised ceiling percentage in the GFPM, which has been increased to 10%, is reasonable.



3. The Government has exempted several labor categories from the ceiling percentage. Considering the increased floor rates, the increased ceiling percentage, and the exempted labor categories, provide any additional comments or concerns related to the labor categories.





RESPONSE INSTRUCTIONS:



The RFI response shall not have a font size smaller than 12 point. Submittal should be in text .pdf format.



Electronic responses shall be submitted to the TES Correspondence Mailbox (usarmy.detroit.acc.mbx.technical-engineering-services-correspond@army.mil) using the email addresses listed for the primary and alternate POCs at the end of this notice. If a more secure submittal form is necessary, contact the TES Correspondence Mailbox for a DoD SAFE drop link.



Please include the following administrative information:



Company Name:



Cage Code:



Mailing Address:



Company Website:



Location of Facilities:



Point of Contact:



Phone Number:



Fax Number:



Email:





Responses are due no later than close of business 31 March 2022.





GENERAL INFORMATION: This Special Notice is for informational purposes only and is not a request for competitive proposals. Contractors should submit White Paper Capability Statements in response to this notice. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this notice or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. All interested sources must respond to any future solicitation announcements separately from responses to this request for the submission of White Papers.



Any information submitted by respondents to this RFI is strictly voluntary. Respondents will not be notified regarding information obtained related to this RFI. Responses will not be returned nor will detailed feedback be provided by the Government. The Government does not intend to answer questions related to this RFI.



If and when a solicitation is issued, the Government will post on Sam.gov. It is the respondent’s responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations.



It is not necessary to respond to this market survey in order to be eligible for future contract awards, nor will responses result in preferential consideration for future award.



Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. §1905) to protect confidential information provided to the Government. Proprietary information will be handled in accordance with the paragraph entitled PROPRIETARY INFORMATION below.





PROPRIETARY INFORMATION:



The USG appreciates the time and effort taken to respond to this survey. The USG acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as PROPRIETARY under this statute. Pursuant to this statute, the USG is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following:



Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the USG is clearly notified of what data needs to be appropriately protected.



In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as PROPRIETARY may diminish or eliminate the usefulness of your response. Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected.



The USG is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the USG or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the USG will not be protected once in the public domain. Data already in the possession of the USG will be protected in accordance with the USG rights in the data.





____



3/3/2022 - Update Posting Draft Sections L & M Cost-Price Language with GFPM Attachment and Specific Cost-Price Questions





SUBJECT: Market research for Technical and Engineering Services (TES) supporting Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC)





DESCRIPTION AND BACKGROUND: The United States Army Contracting Command – Detroit Arsenal (ACC-DTA), is contemplating the conduct of a best value competitive source selection resulting in the award of a single five-year Cost-Plus-Fixed-Fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract. This requirement is in support of the DEVCOM GVSC for Technical and Engineering Services (TES) supporting Fiscal Years (FY) 2023 through 2028.





INFORMATION SOUGHT: Interested offerors are invited to submit a white paper in response to this notice providing feedback on the Draft RFP Sections L & M Cost-Price language. As part of your white paper, the Government requests feedback on the following questions related to the requirements of the anticipated contract, which are described below. The Government considers all information received as feedback related to the Draft RFP Sections L & M Cost-Price language as Proprietary Information.





The feedback should include:



1. Whether the established floor rates in the Government Furnished Pricing Model (GFPM) are reasonable. As concerns the established floor rates in the GFPM, are the floor rates reasonable for both Government-site work and Contractor-site work?



2. Whether the established ceiling percentage in the GFPM and Section L.4.3 are reasonable.



3. Which labor categories would be considered “high risk” for a labor rate ceiling percentage? Provide rationale.



4. For labor categories that are “high risk,” would a higher ceiling percentage capture the increase or should the category be exempted from having a ceiling? Provide rationale.





RESPONSE INSTRUCTIONS:



The RFI response shall not have a font size smaller than 12 point. Submittal should be in text .pdf format.



Electronic responses shall be submitted to the TES Correspondence Mailbox (usarmy.detroit.acc.mbx.technical-engineering-services-correspond@army.mil) using the email addresses listed for the primary and alternate POCs at the end of this notice. If a more secure submittal form is necessary, contact the TES Correspondence Mailbox for a DoD SAFE drop link.



Please include the following administrative information:



Company Name:



Cage Code:



Mailing Address:



Company Website:



Location of Facilities:



Point of Contact:



Phone Number:



Fax Number:



Email:





Responses are due no later than close of business 18 March 2022.





GENERAL INFORMATION: This Special Notice is for informational purposes only and is not a request for competitive proposals. Contractors should submit White Paper Capability Statements in response to this notice. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this notice or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. All interested sources must respond to any future solicitation announcements separately from responses to this request for the submission of White Papers.



Any information submitted by respondents to this RFI is strictly voluntary. Respondents will not be notified regarding information obtained related to this RFI. Responses will not be returned nor will detailed feedback be provided by the Government. The Government does not intend to answer questions related to this RFI.



If and when a solicitation is issued, the Government will post on Sam.gov. It is the respondent’s responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations.



It is not necessary to respond to this market survey in order to be eligible for future contract awards, nor will responses result in preferential consideration for future award.



Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. §1905) to protect confidential information provided to the Government. Proprietary information will be handled in accordance with the paragraph entitled PROPRIETARY INFORMATION below.





PROPRIETARY INFORMATION:



The USG appreciates the time and effort taken to respond to this survey. The USG acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as PROPRIETARY under this statute. Pursuant to this statute, the USG is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following:



Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the USG is clearly notified of what data needs to be appropriately protected.



In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as PROPRIETARY may diminish or eliminate the usefulness of your response. Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected.



The USG is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the USG or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the USG will not be protected once in the public domain. Data already in the possession of the USG will be protected in accordance with the USG rights in the data.





____



3/1/2022 - One-on-One Sessions Questions and Answers



A PDF with a list of Questions and Answers asked during the One-on-One Sessions following Industry Day has been added to the list of Attachments for this Special Notice.





____



2/18/2022 - Update Posting Draft Sections L & M except Cost-Price





SUBJECT: Market research for Technical and Engineering Services (TES) supporting Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC)





DESCRIPTION AND BACKGROUND: The United States Army Contracting Command – Detroit Arsenal (ACC-DTA), is contemplating the conduct of a best value competitive source selection resulting in the award of a single five-year Cost-Plus-Fixed-Fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract. This requirement is in support of the DEVCOM GVSC for Technical and Engineering Services (TES) supporting Fiscal Years (FY) 2023 through 2028.





INFORMATION SOUGHT: Interested offerors are invited to submit a white paper in response to this notice providing feedback on the draft RFP Sections L & M.





RESPONSE INSTRUCTIONS:



The RFI response shall not have a font size smaller than 12 point. Submittal should be in text .pdf format.



Electronic responses shall be submitted to the TES Correspondence Mailbox (usarmy.detroit.acc.mbx.technical-engineering-services-correspond@army.mil) using the email addresses listed for the primary and alternate POCs at the end of this notice. If a more secure submittal form is necessary, contact the TES Correspondence Mailbox for a DoD SAFE drop link.



Please include the following administrative information:



Company Name:



Cage Code:



Mailing Address:



Company Website:



Location of Facilities:



Point of Contact:



Phone Number:



Fax Number:



Email:





Responses are due no later than close of business 11 March 2022.





GENERAL INFORMATION: This Special Notice is for informational purposes only and is not a request for competitive proposals. Contractors should submit White Paper Capability Statements in response to this notice. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this notice or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. All interested sources must respond to any future solicitation announcements separately from responses to this request for the submission of White Papers.



Any information submitted by respondents to this RFI is strictly voluntary. Respondents will not be notified regarding information obtained related to this RFI. Responses will not be returned nor will detailed feedback be provided by the Government. The Government does not intend to answer questions related to this RFI.



If and when a solicitation is issued, the Government will post on beta.Sam.gov. It is the respondent’s responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations.



It is not necessary to respond to this market survey in order to be eligible for future contract awards, nor will responses result in preferential consideration for future award.



Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. §1905) to protect confidential information provided to the Government. Proprietary information will be handled in accordance with the paragraph entitled PROPRIETARY INFORMATION below.





PROPRIETARY INFORMATION:



The USG appreciates the time and effort taken to respond to this survey. The USG acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as PROPRIETARY under this statute. Pursuant to this statute, the USG is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following:



Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the USG is clearly notified of what data needs to be appropriately protected.



In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as PROPRIETARY may diminish or eliminate the usefulness of your response. Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected.



The USG is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the USG or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the USG will not be protected once in the public domain. Data already in the possession of the USG will be protected in accordance with the USG rights in the data.





_____



2/7/2022 - Update Posting Industry Day material and Draft RFP Sections A-H





This is a continuation of the prior special notice for the GVSC Technical and Engineering Services, notice ID W56HZV_GVSC_TES. The prior notification will continue to be open until the previously indicated closing date of 26 April 2022.



This notice includes the material from the Technical and Engineering Services Industry Day event held on 1 February 2022. The presentation slides, Q&A slides, a list of registered vendors, and draft RFP language for Sections A-H can be found in the Attachments. In addition, links to the video recordings of the sessions can be found in the Word document entitled "Links." Please note the break in session 2 lasts for approximately 1 hour and 45 minutes.





SUBJECT: Market research for Technical and Engineering Services (TES) supporting Combat Capabilities Development Command (DEVCOM) Ground Vehicle Systems Center (GVSC)





DESCRIPTION AND BACKGROUND: The United States Army Contracting Command – Detroit Arsenal (ACC-DTA), is contemplating the conduct of a best value competitive source selection resulting in the award of a single five-year Cost-Plus-Fixed-Fee (CPFF) indefinite delivery, indefinite quantity (IDIQ) contract. This requirement is in support of the DEVCOM GVSC for Technical and Engineering Services (TES) supporting Fiscal Years (FY) 2023 through 2028.





INFORMATION SOUGHT: Interested offerors are invited to submit a white paper in response to this notice providing feedback on the draft RFP Sections A-H. Requirements have been updated based on feedback received from previous RFI’s, Industry Day, and revised Government requirements.





RESPONSE INSTRUCTIONS:



The RFI response shall not have a font size smaller than 12 point. Submittal should be in text .pdf format.



Electronic responses shall be submitted to the TES Correspondence Mailbox (usarmy.detroit.acc.mbx.technical-engineering-services-correspond@army.mil) using the email addresses listed for the primary and alternate POCs at the end of this notice. If a more secure submittal form is necessary, contact the TES Correspondence Mailbox for a DoD SAFE drop link.



Please include the following administrative information:



Company Name:



Cage Code:



Mailing Address:



Company Website:



Location of Facilities:



Point of Contact:



Phone Number:



Fax Number:



Email:





Responses are due no later than close of business 25 February 2022.





GENERAL INFORMATION: This Special Notice is for informational purposes only and is not a request for competitive proposals. Contractors should submit White Paper Capability Statements in response to this notice. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this notice or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. All interested sources must respond to any future solicitation announcements separately from responses to this request for the submission of White Papers.



Any information submitted by respondents to this RFI is strictly voluntary. Respondents will not be notified regarding information obtained related to this RFI. Responses will not be returned nor will detailed feedback be provided by the Government. The Government does not intend to answer questions related to this RFI.



If and when a solicitation is issued, the Government will post on beta.Sam.gov. It is the respondent’s responsibility to monitor these sites for the releases of any additional market surveys, synopses, or solicitations.



It is not necessary to respond to this market survey in order to be eligible for future contract awards, nor will responses result in preferential consideration for future award.



Proprietary Information. The United States Government (USG) acknowledges its obligations under the Federal Acquisition Regulation (18 U.S.C. §1905) to protect confidential information provided to the Government. Proprietary information will be handled in accordance with the paragraph entitled PROPRIETARY INFORMATION below.





PROPRIETARY INFORMATION:



The USG appreciates the time and effort taken to respond to this survey. The USG acknowledges its obligations under 18 U.S.C. 1905 to protect information qualifying as PROPRIETARY under this statute. Pursuant to this statute, the USG is willing to accept any trade secret or confidential restrictions placed on qualifying data forwarded in response to the survey questions and to protect it from unauthorized disclosure subject to the following:



Clearly and conspicuously mark qualifying data as trade secret or confidential with the restrictive legend (all caps) PROPRIETARY with any explanatory text, so that the USG is clearly notified of what data needs to be appropriately protected.



In marking such data, please take care to mark only those portions of the data or materials that are truly trade secret or confidential (over breadth in marking inappropriate data as PROPRIETARY may diminish or eliminate the usefulness of your response. Use circling, underscoring, highlighting or any other appropriate means to indicate those portions of a single page which are to be protected.



The USG is not obligated to protect unmarked data. Additionally, marked data that is already in the public domain or in the possession of the USG or third parties, or is afterward placed into the public domain by the owner or another party through no fault of the USG will not be protected once in the public domain. Data already in the possession of the USG will be protected in accordance with the USG rights in the data.


Attachments/Links
Contact Information
Contracting Office Address
  • 6501 EAST 11 MILE ROAD ARMY CONTRACTING COMMAND WARREN
  • DETROIT ARSENAL , MI 48397-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Feb 7, 2022[Special Notice (Original)] GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
Feb 18, 2022[Special Notice (Updated)] GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
Mar 1, 2022[Special Notice (Updated)] GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
Mar 3, 2022[Special Notice (Updated)] GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
Mar 24, 2022[Special Notice (Updated)] GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
Apr 5, 2022[Special Notice (Updated)] GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
Apr 29, 2022[Special Notice (Updated)] GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
May 11, 2022[Special Notice (Updated)] GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
May 19, 2022[Special Notice (Updated)] GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
Jan 11, 2023[Special Notice (Updated)] GVSC Technical and Engineering Services (continuation of W56HZV_GVSC_TES)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Notice of Intent to Sole Source: Pilot Testing of Ergonomic Devices Active

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Bid Due: 4/22/2024

Follow Long Reach Excavator Rental, Hiawatha National Forest Active Contract Opportunity Notice ID

AGRICULTURE, DEPARTMENT OF

Bid Due: 4/30/2024

Follow VGLZ242006 Replace MV Feeder 1 fromSW1-6 to SW1-12 Active Contract Opportunity Notice

Federal Agency

Bid Due: 5/13/2024

Follow GLNC Janitorial -- S201 Active Contract Opportunity Notice ID QSE--36C78624Q50113 Related Notice

VETERANS AFFAIRS, DEPARTMENT OF

Bid Due: 4/26/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.