Federal Bid

Last Updated on 17 Aug 2021 at 9 PM
Sources Sought
Lawton Oklahoma

Infantry and Stryker Brigade Combat Teams (IBCT/SBCT) Cannon Artillery Analyst ARMY Capability Manager Brigade Combat Team Fires

Solicitation ID PANMCC21P0000018105
Posted Date 17 Aug 2021 at 9 PM
Archive Date 03 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W6qm Micc-Fdo Ft Eustis
Agency Department Of Defense
Location Lawton Oklahoma United states 73505

The Mission Installation and Contracting Command (MICC) - Fort Eustis is conducting market research to identify parties that are interested in, and have the resources to provide support modernization and lifecycle management of the M777A2 and M119A2/A3 Towed Artillery systems and development, testing and fielding of the Next Generation 155mm Self-Propelled (NG 155 SP) Howitzer. Additionally, ACM BCT Fires is required to support modernization and lifecycle management of the Improved Positioning Azimuth Determination System GPS Aided (IPADS-G) Survey Systems and its projected replacement system, the Location Azimuth Determining System (LADS). This effort requires personnel with the skill set of a senior field artilleryman and capability developer to work with materiel developers, operational units, other Army Capability Managers, Test Officers and HQ DA Staff to ensure these cannon systems meet user requirements and provide needed capabilities across the force. The project will be implemented using the North American Industry Classification System (NAICS) Code 541990 – All Other Professional, Scientific, and Technical Services. The applicable classification code is R499 - Support – Professional: Other Services.

Through this Sources Sought notice, the MICC is seeking to identify small business contractors who possess the capabilities to provide services as specified above and to determine their availability, capability and adequacy. If your firm may be interested in this requirement, is a qualified small business for the NAICS code 541990 (size standard: $16.5M) and has the required capability and experience needed to perform this work, we request the information shown below. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice.

As permitted by FAR Part 10, this is a market research tool being utilized for informational and planning purposes. Your responses will assist the Government in determining whether any type of small business set-aside is possible for this procurement or whether full and open competitive procedures should be utilized.  

This notice shall not be construed as a RFP or as any commitment or obligation on the part of the Government to issue a solicitation. The Government does not intend to award a contract on the basis of this request, so proposals will not be considered. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests.

Submission Instructions: All responses must be submitted via email and are due 10:00 AM EDT 19 August 2021. Responses shall be submitted to to Mr. Klinton West at [email protected] and Ms. Drena McIntosh at [email protected].  and must include the information requested below.  Responses greater than 10 double-sided pages (including all attachments) will not be considered. Late responses will not be accepted. This is strictly market research and the Government will not entertain any questions.

Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the Sources Sought.

Qualified firms shall submit a statement of interest on company letterhead demonstrating the firm’s qualifications to perform the defined work. Responses must be complete and sufficiently detailed to address the specific information. The documentation shall address, at a minimum, the following:

A. Company Profile to include:

  1. Company name and address;
  2. Affiliate information: parent company, joint venture partners, and potential teaming partners;
  3. Two points of contact (names, titles, phone numbers and email addresses);
  4. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/:
  5. Small Business designation/status (must correlate with SAM registration):

B. Demonstrated Capability:  Your response shall demonstrate your capability to perform the requirements in the PWS.  It must also address your ability to meet each of the following requirements: 

  1. Have at a minimum 15 years’ experience within the field of cannon artillery. This experience must include as a minimum: ten (10) years’ experience in Field Artillery units/organizations with a minimum three (3) years’ experience in Towed Cannon Artillery units/organizations.
  2. Additionally have a minimum of two (2) years’ experience and/or training in combat/capability developments and/or acquisition process IAW DoD Directive 5000.02; including the Doctrine, Organization, Training, Materiel, Leader Development, Personnel, Facilities (DOTMLPF) integration of cannon artillery systems,
  3. 13B U6 qualified,
  4. Senior Leader Course or Command and General Staff College graduate,
  5. Have an associate’s degree (bachelor’s degree preferred) in arts or science;
  6. Possess a SECRET security clearance at time task order award (or time of hiring if the individual is not already employed at time of award).

Bid Protests Not Available

Similar Past Bids

Picatinny arsenal New jersey 14 Feb 2018 at 3 PM
Location Unknown 08 Jan 2009 at 9 PM
Detroit Michigan 27 Mar 2020 at 7 PM

Similar Opportunities

Seattle Washington 31 Jul 2025 at 10 PM
Boston Massachusetts 16 Jul 2025 at 7 PM
Picatinny arsenal New jersey 15 Jul 2025 at 9 PM