Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOURCES SOUGHT

R -- Provide multifunctional services in support of forensics support services

Notice Date
8/7/2008
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort McPherson GA, ACA, Fort McPherson GA , Southern Region Contracting Center-East, 1301 Anderson Way SW, Fort McPherson, GA 30330-1096
 
ZIP Code
30330-1096
 
Solicitation Number
W911SE08RDB22
 
Response Due
8/19/2008
 
Archive Date
10/18/2008
 
Point of Contact
Diane Biddy, 404-464-1555
 
Small Business Set-Aside
Total Small Business
 
Description
This is a Sources Sought Announcement ONLY for purposes of conducting Market Research. There is no solicitation available at this time. Requests for a Solicitation as a result of this announcement will not receive a response. The Mission & Installation Contracting Command Center McPherson is conducting market research to determine the extent to which small businesses are capable of performing as prime contractors on possible multiple awards for multifunctional requirements to provide forensics support services for the U. S. Army Criminal Investigation Laboratory (USACIL) Fort Gillem, Georgia. USACIL processes and directs criminal investigations for the Department of Defense within the United States (CONUS) and outside the continental United States (OCONUS). The U. S. Army Criminal Investigation Laboratory is operated in support of the U. S. Army Criminal Investigation Command. The contract(s) awarded in response to this requirement will support four principle organizations: The Office of the Provost Marshal General (OPMG), United States Army Military Police School (USAMPS), the Criminal Investigation Division Command (CIDC), and the United States Army Criminal Investigation Laboratory (USACIL), for current and future requirements. This contract will be available to the Army in support of Department of Defense (DOD). The majority of the work will be conducted in USACIL laboratories in Forest Part GA, and the Pentagon, Washington DC. However, there will be selected tasks identified in individual task orders requiring the tasks to be conducted off-site at locations world-wide. This requirement is for the acquisition of forensics support services to create and operate a Defense Forensic Enterprise System (DFES) as defined in the Performance Work Statement (PWS). The Contractor(s) selected must be able to identify, analyze, develop, implement, and field innovative ideas related to mission and readiness of each organization. The Contractor(s) shall be required to utilize their analytical approach and capabilities to provide solutions to the Government requirements. Key objectives include, but are not limited to: (1) the forensic disciplines of Nuclear DNA; Serology; Trace Evidence; Firearms and Toolmarks; Drug Chemistry; Forensic Documents; Forensic Anthropology; Digital Evidence; Forensic Odontology; Mito-DNA; Latent Prints; Forensic Toxicology; Forensic Databases; Forensic Pathology; and other disciplines; and (2) Forensics related to: Facilitate independent unbiased Rapid Evaluation Services; Research and Analysis and Support Services for the following functions: Police Intelligence Operations; Law Enforcement (LE) Support; Future Organizational Structure; Force Modernization; Soldier, Airman, Sailor, Marine and Leader Development Capabilities; Criminal Intelligence Program; Forensic analysis in support of testimony; forensic repositories and databases; research and development; intelligence operations; counter-intelligence operations; Sensitive Site Exploitations or attack sites; confirmation or denial of U. S. hostages; support to the Global War on Terrorism; expeditionary forensic capabilities; DoD or service specific significant investigations; educations and training; contracting of forensic services not possessed by a DoD entity; nation building forensic support such as the establishment of indigenous forensic services and training programs; forensic analyses performed in a Chemical, Biological, Radiation, Nuclear environment (CBRNE), particularly deployed; research and development of new forensic technologies and capabilities; DoD/governmental technology transfers; long term evidence storage; accident investigations; accident reconstructions; Homeland Security applications transferring appropriate war fighter lessons learned and techniques to U. S. criminal investigations and counter-intelligence uses. The anticipated North American Industrial Classification System code for this acquisition is 541380, small business size standard is $11 Million. The Government will not reimburse any concern for any information that is submitted in response to this Sources Sought request. Any information submitted is voluntary. All interested small business concerns are invited to provide a detailed Capability Package demonstrating ability to perform from one to all stated disciplines identified above. Capability Packages should be complete and detailed and give past performance history for the last three years demonstrating their experience in the above areas with Points of Contact, phone numbers and/or email addresses. Capability Packages should demonstrate the following: Capability 1 The capability to perform the task areas described in the draft PWS; Capability 2 Staffing Approach that demonstrates the ability to recruit and adjust staffing levels at and between the locations identified above in response to fluctuating requirements; Capability 3 - Past Performance information demonstrating relevant past experience in any of the task areas referenced in the PWS along with dollar value; Capability 4. Data indicating total gross annual sales and staffing levels for each of the last three years; and Capability 5. Indicate whether interested business concern is small, small disadvantaged, 8a, woman owned, service disabled veteran, HubZone or any other socio-economic group. A draft Performance Work Statement is provided for informational purposes only. Interested concerns are also encouraged to submit under separate cover any comments/questions regarding the draft PWS. All interested business concerns are required to respond to this sources sought announcement via email by August 19, 2008, 2:00 p.m. EDT. The information provided in response to this sources sought will be used to finalize the acquisition strategy for this requirement. If it is determined that responses received from small businesses do not address all the required task areas and locations, the final acquisition strategy may provide for a portion of this requirement to be competed on a full and open basis. Large business concerns are not prohibited from responding to this announcement; however, information submitted from large businesses may not be used if an adequate number of small businesses demonstrate an ability to perform all tasks at all locations. All interested business concerns responding to this sources sought must contact Ms. Diane Biddy via email at Diane.T.Biddy@us.army.mil in order to receive a copy of the draft PWS. For additional information, Ms. Diane Biddy may be contacted at 404-464-1555.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b93502b6e0a49ffb34d5212779d17f4c&tab=core&_cview=1)
 
Place of Performance
Address: ACA, Fort McPherson GA Southern Region Contracting Center-East, 1301 Anderson Way SW Fort McPherson GA
Zip Code: 30330-1096
 
Record
SN01634158-W 20080809/080807223516-b93502b6e0a49ffb34d5212779d17f4c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.