SOURCES SOUGHT
R -- Sources Sought for Advisory and Assistance Services (A&AS) to support the DTRA Research and Development (RD) Enterprise
- Notice Date
- 5/21/2009
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
- ZIP Code
- 22060-6201
- Solicitation Number
- PPO090014637
- Archive Date
- 7/7/2009
- Point of Contact
- Sae-Jin Yu,
- E-Mail Address
-
RDAAS@dtra.mil
(RDAAS@dtra.mil)
- Small Business Set-Aside
- N/A
- Description
- The Defense Threat Reduction Agency (DTRA) is seeking interested sources capable of providing Advisory and Assistance Services (A&AS) to support the Research and Development (RD) Enterprise. This Sources Sought Synopsis is for information and planning purposes only to assist the Agency in performing market research to determine industry interest and capability. This is not a request for proposal. No reimbursement will be made for any costs associated with providing information in response to this announcement. The RD Enterprise is the DTRA focal point for research and development (R&D) relevant to the mission of combating Weapons of Mass Destruction (WMD). Following guidance and operational concepts of senior DoD officials, RD provides expertise across the full range of Chemical, Biological, Radiological, Nuclear and Explosive (CBRNE) WMD technologies to encompass detection, identification, attribution, characterization, denial, disruption, defeat, protection, and consequence assessment and management in support of military and civilian operations. RD activities range from support to basic research through the development and integration of technologies into Advanced Technology Demonstrations (ATDs), Joint Capabilities Technology Demonstrations (JCTDs), Service support, and international collaborative efforts. This may include rapid development and demonstration of specialized WMD threat reduction capabilities and consideration of end to end support. The services and capabilities sought via this announcement focus on the performance and support of the functions listed below: •Strategic and general programmatic planning, coordinating, integrating, implementing and evaluating R&D programs; supporting higher level committees such as the Counterproliferation Program Review Committee (CPRC) and the Threat Reduction Advisory Committee (TRAC) to assist Directorate leadership in developing vision, goals, and objectives. •Coordination and integration of efforts within DTRA, the RD enterprise and external government agencies, National Laboratories, academia, industry, and foreign Governments. •Science and Technology project management support to include technical performance, cost, and schedule analysis, review of program documentation and identification of shortfalls and potential corrective fiscal actions to meet DoD requirements and to support planning and programming actions for OSD. •Acquisition program support to include business case analysis, acquisition planning and execution, support of source selection activities •Support for resource management activities to include budgeting, programming, and accounting. Support for development, preparation, submission and justification of business process documents. •General administrative support, such as assistance in preparing communication materials, coordination of internal and external tasking and responses, preparation and facilitation of technical meetings and conferences Contractors who believe they posses the expertise and experience (particularly, knowledge of the military WMD non-proliferation, counter-proliferation, and consequence management systems) shall submit technical capabilities via email to: RDAAS@dtra.mil by close of business June 22, 2009. Capabilities statement shall not exceed five (5) pages in total, using 12-point Ariel and 1” margin. In addition, contractors are required to complete the attached questionnaire. The five page limit does not include A&AS Sources Sought Questionnaire. Any questions can also be directed to RDAAS@dtra.mil. If a solicitation is issued it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A&AS Sources Sought Questionnaire 1.Is your company currently providing services under any Federal contracts for A&AS service under FAR 37.2? a.If yes for which agency(s) and how many? b.What is/are the contract number(s)? c.Who is/are the Administrative Contracting Officer(s)? d.What are their pertinent phone numbers, e-mail addresses, etc.? e.What types of labor categories are you providing? Are you providing any research and development, WMD non-proliferation, WMD counter-proliferation, or WMD consequence management specific labor categories? 2.How long has your company been providing these or similar services? a.What is your company’s experience in A&AS staffing? b.How long has your company provided A&AS support to the Federal, DoD, State government? c.Does your company focus on providing service to DOD? Does your company focus on WMD? 3.Is your company a large or small business? a.If you are a small business, please identify any subcategories that apply: small disadvantaged business, 8(a), HUB Zone, service-disabled veteran-owned, women owned. b.Approximate annual gross revenue. c.Please describe your geographic focus. i.e. state specific, regional specific, nationwide, overseas, etc. If you operate overseas, do you experience any delays or specific challenges with operating overseas? 4.What certifications or qualifications do employees generally possess? a.What is your company’s process for validating employee certifications/qualifications? b. Does your company regularly hire personnel with Secret or Top Secret clearances? Does your company have certified storage facilities for DOD, DOE, or DHS classified material? 5.What is the staffing makeup of your company? a.What are your procedures to ensure adequate coverage during personnel shortages? b.How do you handle security requirements (personal or facility) when required? c.Do you offer on-site managers? d. How do you recruit highly qualified personnel? 6.Indicate if your role in the performance of the requirement would be as a prime contractor or subcontractor. a.If your company is a large business, do you have established relationships with small business providers? b.If you indicated prime contractor, identify the functions for which you plan to use subcontractors. c.If you indicated your role as a prime contractor, please provide brief information you feel would indicate your capability to mobilize, manage and finance a large service contract such as this. 7.The government is interested in benchmarking commercial best practices. If desired, include any A&AS commercial best practices. 8.Which NAICS codes do you perform A&AS services under? a.Which code(s) do you feel best represent this requirement? 9. What do you see as the primary risk areas and/or potential issues associated with an acquisition of this type. a.How do you propose to mitigate any risk(s)?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/PPO090014637/listing.html)
- Place of Performance
- Address: 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN01825225-W 20090523/090521235840-e250e916e9109f6965c7ba390d4b816a (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 |