Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2013 FBO #4262
SOURCES SOUGHT

R -- 704th Military Intelligence (MI) Brigade Special Information Operations (SIO) Program Technical Support

Notice Date
7/24/2013
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
 
ZIP Code
22060-5863
 
Solicitation Number
W909MY13RA010
 
Response Due
7/26/2013
 
Archive Date
9/22/2013
 
Point of Contact
Tamara N Abdelmoty, 703-704-0827
 
E-Mail Address
ACC-APG - Washington
(tamara.n.abdelmoty.civ@mail.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 704th Military Intelligence (MI) Brigade Special Information Operations (SIO) Program Technical Support intends to negotiate a Cost Plus Fixed Fee (CPFF) Bridge Contract with Lockheed Martin Integrated Systems, Inc, 1800 Route 34 Building 4 Suite 405, Belmar, NJ 07719-9168 on a non-competitive basis per FAR 6.302-1, Only One Responsible Source will satisfy agency requirements without incurring unacceptable delays in fulfilling agency's requirements. The Bridge contract is to continue the current performance from 6 August 2013 to 5 November 2013 with three one month option periods and has an estimated value of $2,670,000.00. The Bridge Contract is to provide support to the 704th MI that is currently being performed under Contract Number W15P7T-06-D-E405, Task Order BD07 with an expiration date of 5 August 2013. This effort supports the 704th MI's requirement to provide technical support to the Special Information Operations (SIO) programs and the United States Army Technical Support Squadron (Sqn) during deliberate and crisis planning, assessments, training, exercises, in aggression, and during deployed operations. The support shall include technical, operational, security, administrative support and subject matter expertise (SME) as required by the SIO Program Technical Representative. A competitive long term solicitation will be competed using the Rapid Response Third Generation IDIQ Multiple Award Contract, Aberdeen Proving Ground, (APG)- Maryland. This bridge effort will fill the gap until the new contract is competed and awarded by APG-Aberdeen Proving Ground. INSTRUCTIONS TO COMPANIES All responsible sources other than Lockheed Martin Integrated Systems, Inc, who can meet this bridge requirement including the 6 August 2013 start date, without a transition period, may submit a statement of qualifications which shall be considered by the agency. All respondents must be fully staffed with TOP SECRET/SCI personnel and be ready to perform as of 6 August 2013 start date. Reference: W909MY13RA010 Any response to this notice must show clear and convincing evidence that they can meet the Army's schedule and that competition for the bridge effort would be advantageous to the Government. Individual contractor and subcontractor personnel for this support must possess a TOP SECRET/SCI security clearance, as well as take and successfully pass a current Counter-Intelligence Polygraph, or consent to having same. Personnel working on-site within government facilities on this level of effort must currently have the appropriate security clearances which may include Top Secret, SI, TK, G, and HCS. The 704th MI requires a Plan of Accomplishment (POA) describing the technical approach, organizational resources, and management controls to be employed to meet the cost, performance, and schedule requirements through project execution. The POA will include key activity milestones, deliverables, assumptions, and other relevant information. The contractor shall Coordinate SIO operations with the Special Information Operations offices within National level agencies, Joint Staff, Army Staff and INSCOM. The 704th MI requires dedicated assistance in the area of Signature Reduction Security Management. The Contractor shall produce documentation and provide Subject Matter Expertise in support of training and operational deployments. The contractor shall conduct risk assessments and work with a team to incorporate Signature reduction strategy into research and operations project plans. The Contractor shall provide two fully qualified and experienced program security individuals to support this activity. The individuals shall serve as Signature Reduction Specialists. The 704th MI requires dedicated assistance in the area of network system administration and maintenance. All Contractor System Administrator personnel must meet the Information Assurance (IA) workforce certification requirements as stated by DoD and DFARS. This individual must possess the CISSP certification. The Contractor shall provide one fully qualified individual. The Contractor shall provide Joint Operation Planning and Execution System (JOPES), Military Decision Making Process (MDMP), liaison, staffing, policy and SIO subject matter expertise in the areas of technical and analytic consulting to the SIO program manager in the areas of overall operational management, training management and capabilities development. The 704th MI requires dedicated assistance in the area of personnel administration support. The 704th MI requires dedicated Subject Matter Expert assistance in the area of Human Intelligence. The contractor shall conduct and maintain liaison as required with 704th MI Bde, INSCOM, Department of Army, NSA, CIA, DIA, and other services and other MACOM staffs to promote solutions to improving operations. The 704th MI requires operational documentation to support administration of government property and provide Collection Management for military exercises and operational deployments and produce operational documentation to support administration of government property and budget and provide Operational Administrative support for military exercises and operational deployments. The 704th MI requires two (2) Computer Network Operations (CNO) technical and training management assistants to leverage support to United States Army Technical Support Squadron (USATSS). The contractor shall provide subject matter expertise on all aspects of Core Technical Certification Course (CTCC) Training, to include Signals Intelligence, Human Intelligence, Risk Mitigation practices and Expeditionary Computer Network Operations. The 704th MI requires dedicated assistance in the area of logistical support and organizational maintenance. All interested companies must provide the below information in their response. The information and the statement of qualifications shall total no more than 10 pages and staffing plan. Name of Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: SUMISSION OF INFORMATION Companies shall submit the information requested above no later than 1500 EST 26 July 2013. Please furnish the above requested information to tamara.n.abdelmoty.civ@mail.mil and rosetta.wisdom-russell.civ@mail.mil. This will not commit the contractor or the Government in any way, or at any time, into entering a contract with any of the specified terms below. This notice does not obligate the Government to award a contract or otherwise pay for information provided in response. The Government reserves the right to use the information provided by companies for any purpose deemed necessary and legally appropriate. Any company responding to this notice should ensure that the response is complete and sufficiently detailed to allow the Government to determine the company's qualification to perform work. This is not a formal Solicitation. No solicitation document is available and telephone requests will not be honored. If no affirmative written response is received, the acquisition will be awarded without further notice. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. If no written responses are received, the requirement will be awarded without further notice. No telephone calls or faxes will be accepted. No solicitation is available. The North American Industry Classification system (NAICS) for this requirement is 541330. No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use any technical information received in response to the Presolicitation Notice. Contracting Office Address: ACC-APG - Washington, ATTN: CCAP-CCV-A-1, 10205 Burbeck Road, fort Belvoir, VA 22060-5863 Place of Performance: Fort Meade, Maryland
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f3f10d3c95a0541b4b2300e535391390)
 
Place of Performance
Address: ACC-APG - Washington ATTN: CCAP-CCV-A-1, 10205 Burbeck Road Fort Belvoir VA
Zip Code: 22060-5863
 
Record
SN03125832-W 20130726/130724235405-f3f10d3c95a0541b4b2300e535391390 (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.