Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2011 FBO #3535
SOURCES SOUGHT

R -- Professional Fellows Support

Notice Date
7/28/2011
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RFI-UP0001
 
Point of Contact
Sharon I Flowers, Phone: 202-254-6816, Courtney Byrd, Phone: 202-254-2296
 
E-Mail Address
sharon.flowers1@dhs.gov, courtney.byrd@dhs.gov
(sharon.flowers1@dhs.gov, courtney.byrd@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Only A. Introduction The following is a Request for Information (RFI). This synopsis is for information and planning purposes and does NOT constitute a Request for Proposal (RFP). It is issued under the authority of FAR 15.201("Exchanges of information before receipt of proposals"). The Government is contemplating award of a Department of Homeland Security (DHS) Wide Homeland Security Scientific Research, Technology and Policy (HS-STRP) Professional Fellows Support Indefinite-Delivery Indefinite-Quantity (IDIQ) contract(s). The contract will be for a one year base period and four one year option periods. NAICS 541712"Professional, Scientific, and Technical Services". The DHS Science & Technology Directorate is seeking potential sources, ex: scientific and technological research association (contractor) capable of supporting DHS wide components by providing highly trained scientists and engineers (fellows) who will contribute their scientific, technological, and engineering knowledge and expertise and external perspectives to the broad range of issues that DHS addresses. B. HS-SRTP Professional Fellows Support Requirement 1. Objective: This requirement will allow DHS to access and integrate existing scientific research, technological capabilities and policy experts throughout the Department of Homeland Security, and allow us to leverage and fully utilize existing resources and specialized scientific and technical expertise. This contract will also produce efficiencies and expedite Research & Development (R&D) project implementation, technology transfer, and policy development, as well as initiate synergies between DHS personnel and qualified researchers and policy advisors from academia on an interim basis. 2. Tasks: The contractor will be required to: (a) identify, screen, interview, recruit, and otherwise assist with the placement of selected Fellows who can indirectly support the efforts of DHS on an interim basis; (b) monitor the Fellows' activities, assess and assist them with making progress in meeting specific DHS program office objectives; and (c) develop and approve modifications of fellowship tasking, for contractor staff-related matters. The contractor will be responsible for identifying, reviewing, screening, and recruiting candidates through a competitive selection process from a broad array of backgrounds and a diversity of geographic, disciplinary, gender, and ethnic perspectives, coming from a range of sectors including academia, industry, and non-government organizations. Fellows must be U.S. citizens. The contractor will invite applications from individuals in any physical, biological, social science, engineering, or any relevant interdisciplinary field. Applicants must have a PhD, MD, DVM, Dr. PH, Disc, or an equivalent doctoral-level degree by the application deadline. Individuals with a masters' degree in engineering and three years of post-degree professional experience may also be considered. Federal employees are not eligible for placement as HS-SRTP Fellows. Prospective candidates selected by the contractor must demonstrate exceptional competence in areas of science or engineering with expertise in the DHS areas specified above; have proven written and oral communication skills; have the ability to work in an interdisciplinary setting with policy-makers and other non-scientific partners; be cognizant of and demonstrate sensitivity toward political and social issues; and have a strong interest and experience in applying their knowledge toward assist in guiding and producing solutions of homeland security threats and issues. The contractor will arrange placement interviews with selected candidates and DHS host offices to insure compatibility between projects, expertise, and interests, match finalists with DHS offices, and issue offer letters to confirm final assignments. The DHS Directorate or Component Office Placement will be arranged by the contractor with the assistance of DHS S&T personnel, and will reflect the Fellow's interests and expertise. The contractor's managers and other staff shall collaborate and interact regularly with cognizant DHS personnel throughout the entire placement process. The HS-SRTP Fellow will serve one-year appointments beginning in September of each year, with a possible option for a second year. Compensation amounts will be tiered and amount paid will depend on educational level and expertise. The contractor will provide on-going monitoring of the Fellows' activities and the impact and assessment of the Fellows' progress in meeting DHS's objectives. The contactor will be responsible for developing and approving any restructuring of fellowship operations, for contractor staff-related matters, and for the on-going review and evaluation of the fellows. The contractor will inform the host agency/office in a timely manner of any developments that will affect the Fellows and/or performance in accordance with the terms and conditions of the contract. The contractor will coordinate timely stipend payments of the Fellows and submit timely invoices for reimbursement of approved expenses to DHS. Stipends to be provided to the Fellows by the contractor will vary consistent with a candidate's education, experience and salary history, with allowances for health insurance, relocation and professional travel. 3. Period of Performance: It is anticipated that the contract period will be a base period of one year (from date of award) and four one-year option periods. 4. Security: All Fellows placed as a result of the contract must have the appropriate security clearances as required by their host offices. Security clearance expenses will be paid by the host offices. C. INFORMATION AND INSTRUCTIONS: 1. All businesses capable of providing these services are invited to respond. Any information provided to the government as a result of this sources sought synopsis is voluntary and the Government will not pay for any information submitted. Respondents are requested to submit capability packages electronically, as described below. a. Capability packages shall be one electronic copy. Capability package files should be in MS Office format (Word, Excel or PowerPoint) or Adobe pdf format, and should not exceed 5 MB on one e-mail. All packages shall contain UNCLASSIFIED material only. b. Capability packages should not exceed 20 pages, each single side counting one page, 8.5 x 11 inch, with one-inch margins, and font no smaller than 10 point Times New Roman. All capability packages must be received no later than 1400 hours (Eastern Standard Time) on 8 August 2011. c. Capability package responses shall be sent via email to Sharon.flowers1@dhs.gov. 2. Respondents must include the following information within their statement of capability packages: a. Company Information: Provide company name, address, a point of contact with e-mail address and telephone number, Federal Cage Code, Data Universal Numbering System (DUNS), business size, and security clearance level. Your company must be registered in Central Contractor Registrations (CCR) and Online Representations and Certifications Applications (ORCA). To register, go to https://www.bpn.gov/ccr and http://orca.bpn.gov. b. Small Business: Small business respondents to this announcement should indicate whether the respondent is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at FAR 52.226-2). 3. In addition to the 20-page capability statement, contractors are encouraged to submit thoughts on overall contract structure, labor categories, period of performance, small business subcontracting goals, etc. 4. Small businesses are encouraged to submit responses even if your experience is primarily that of a specialized subcontractor. D. CAPABILITY PACKAGE AND EVALUATION: Interested businesses should provide a capability package describing corporate experience in managing recent (within the past 3 years) requirements similar in size and scope to the activities described in this sources sought. Performance information should include dollar value, performance period, point of contact information for verification purposes, and description of the requirement. Companies should also possess the following capabilities: 1) Proven ability to attract and recruit high quality academicians with expertise in the various science, technology, engineering, mathematics, research and policy areas described above; 2) Demonstrated success in administering professional fellows programs in other federal agencies; 3) Ability to provide this service at a total cost which is most effective for DHS. The Government will identify competitive companies by evaluating their capability packages using potential offerors ability to accomplish the tasks in Section B and program management functions: E. GOVERNMENT RESPONSIBILITY: This Sources Sought Notice should not be construed as a commitment by the Government for any purpose, nor does it restrict the Government to an ultimate acquisition approach. Any information submitted by respondents to this sources sought is strictly voluntary. All questions and comments on this synopsis shall be submitted via e-mail to Sharon.flowers1@dhs.gov (202-254-6816), Contracting Officer,
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RFI-UP0001/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20590, United States
Zip Code: 20590
 
Record
SN02514592-W 20110730/110729000143-e3620ddb4b002f1c21fb489138ae98e7 (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.