Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2012 FBO #3800
SOURCES SOUGHT

R -- RFI for sources to provide their technical capability information (aka Statement of Capabilities) required to perform the requirements provided below.

Notice Date
4/18/2012
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY12DAMO-OD
 
Response Due
4/25/2012
 
Archive Date
6/24/2012
 
Point of Contact
Rosetta Wisdom-Russell, 703-704-0826
 
E-Mail Address
ACC-APG - Washington
(rosetta.wisdomrussell@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The US Army Contracting Command - APG (Belvoir Division) (ACC-APG (Belvoir)) on behalf of the US Army CECOM ESA Directorate's Army G-3 Director of Operations, Readiness and Mobilization (DAMO-OD) requirement is conducting market research in accordance with Federal Acquisition Regulation (FAR) Part 10. Responders to this Sources Sought/RFI are asked to provide their technical capability information (aka Statement of Capabilities) required to perform the requirements provided below. Statements should address the specific requirements of this notice and identify the vendors' specific capability to complete these requirements, including, but not limited to a description of corporate experience with similar projects and information on applicable industry certifications at the individual and organizational level as well as describing investments in quality/process improvement activities. The requirement is to provide scientific, technical, professional, and engineering expertise to support the Army Asymmetric Warfare Office mission of integration of military and civilian disciplines to rapidly organize, train, and equip Army formations with the inherent ability to apply and defeat asymmetric threats and develop non-standard organization, units, and systems to outpace and defeat the use of Improvised Explosive Devices (IEDs), mortars, mines, rockets, and possibly chemical and biological methods of attack. The services to be performed will be conducted at Government facilities located in the National Capitol Region (NCR). The acquisition may be set-aside for small business. The government is seeking additional information from small businesses to aid in the acquisition strategy for this requirement. Small Businesses interested in this opportunity may decide to partner/team with other businesses in order to meet the requirements of the acquisition. The North American Industry Classification Systems (NAICS) code is set as 541990 with a size standard of 500 employees. Responders should identify up to three relevant contracts and describe specific scientific, technical, professional, and engineering expertise provided under NAICS code 541990 All Other Professional, Scientific, and Technical Services. SECURITY: The contractor shall be required to have a TOP Secret facility clearance. The contractor will not be required to safeguard or store classified items at the contractor facility. The contractor shall require access to communications security (COMSEC) Information and Restricted DATA. The contractor shall also be required access to Intelligence Information, both Sensitive Compartmented Information (SCI) and non-SCI, Special Access Information, NATO Information, FOUO, and have access to SIPRNET and JWICS. The contractor shall have access to classified information only at another contractor's facility or a Government Activity. The contractor may require access to classified information outside the U.S. and U.S. possessions and have Operations Security (OPSEC) requirements. The Government has unlimited rights to all documentation produced under this contract. The Government seeks companies with key competencies to meet the following requirements: Task 1: provide scientific, technical, administrative, operational, engineering and analytical support to enable the Analysis Division to gather and monitor emerging and migrating enemy Tactics, Techniques and Procedures (TTPs) and technologies to provide integration of asymmetric threats and responses enabling the G38 to facilitate organize, training, and equipping Army formations with the ability to defeat asymmetric threats while simultaneously changing the culture of our Army to a mentally agile and adaptive force. Task 2: provide scientific, technical, administrative, operational, engineering and analytical support to enable the division to "Focus, lead, advocate, coordinate, integrate and synchronize Army initiatives and manage the Army Explosive Ordnance Disposal (EOD) program in order to rapidly man, train, equip, and organize, Army formations with the inherent ability to apply and defeat emergent asymmetric threats and adaptive networks including Weapons of Strategic of Influence (WSI) and asymmetric weapons (Improvised Explosive Devices) in support of full spectrum operations. Task 3: provide technical, administrative, operational, and analytical support to enable Support Division mission to provide timely and professional customer services and support to the federal and military workforce by accomplishing the functions of resource management; contract support; and strategic communications and congressional affairs support to the Operations, Readiness and Mobilization Directorate. Task 4: provide scientific, technical, administrative, operational, engineering and analytical support to enable Cyberspace and Information Operations Division (ODCI) Division to "Execute Cyberspace and Information Operations (IO) staff responsibilities (policy support & Title 10) to incorporate, synchronize, and conduct IO throughout the force." Task 5: provide scientific, technical, administrative, operational, engineering and analytical support to enable Electronic Warfare Division to asses, develop, coordinate, and promulgate Army EW strategy, policy, programs, operational concepts, and initiatives both internal and external to HQDA; asses EW interoperability with the other Services, departments, agencies, and allies; and assesses existing and emerging EW capabilities to meet the Warfighters' Title 10 requirements. Task 6: integrate and synchronize all components of the Army Protection Program (APP) to ensure unity of effort among Headquarters Department of the Army (HQDA) Principal Officials, Army Commands, and other Army organizations in order to develop, prioritize, resource, manage, execute, and assess the full spectrum of Army protection-related programs and functions. The Government requests that interested offerors submit an electronic response of not more than twenty (20) pages, 8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responsible sources having relevant experience may submit their statement of interest and technical capabilities. They should also identify whether they are a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, and/or a Native American Small Business under the proposed NAICS code 541712. Responses should also include the company name, CAGE code, point of contact, and address. All information received in response to this Sources Sought Synopsis that is marked "Proprietary" will be handled accordingly. Responses will not be returned nor will receipt be confirmed. Provide answers to the following questions (No more than 3 pages)(Not included in the above 20 page limit). 1.If you identify your company as a Small Business or any of the SB subcategories then is your company interested in a prime contract? 2.Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS Code 541712? 3.Does your company possess the capabilities to provide the entire range of services called for in the attached PWS? ______ YES _______ NO 4. If you answered YES to Question # 3, please provide specific capabilities and examples for how your company can provide these services. 5.If you answered NO to Question # 3, please list what services in the RFI your company can provide? Please provide specific capabilities and examples. 6.Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 7.Does your company meet the Non-manufacturing Rule? If so How? 8.If you are a small business how do you select your partners and/or subcontractors? Responses are due no later than 25 April, 2012 10 am Eastern Time (ET). Email responses should not exceed 5 Megabytes (MB). Responses received after this date and time may not be reviewed. Any information submitted by respondents to this sources sought synopsis is voluntary. The Army does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment for any purpose. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Submit responses electronically to Ms. Susan Peters, Contract Specialist at susan.j.peters.civ@mail.mil and Ms. Rosetta Wisdom-Russell, Contracting Officer, at rosetta.wisdomrussell.civ@mail.mil by no later than 12:00pm Eastern Time on Wednesday, 25 April 2012. All requests for further information must be made in writing or via email; telephonic or facsimile requests for additional information will not be honored.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9538167105f52db7d83bb3d55d626337)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN02725442-W 20120420/120418235702-9538167105f52db7d83bb3d55d626337 (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.