Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 18, 2014 FBO #4711
SOLICITATION NOTICE

R -- Analytic & Technical Support Services to the Under Secretary of Defense for Acquisition, Technology and Logistics (OUSD(AT&L)), Office of Treaty Compliance (TCO)

Notice Date
10/16/2014
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition Directorate, 1225 South Clark Street, Suite 1202, Arlington, Virginia, 22202-4371, United States
 
ZIP Code
22202-4371
 
Solicitation Number
HQ0034-14-R-0167
 
Archive Date
11/3/2014
 
Point of Contact
Stas L Blaushild, , D. Wes Bennett,
 
E-Mail Address
stas.l.blaushild.civ@mail.mil, david.w.bennett4.civ@mail.mil
(stas.l.blaushild.civ@mail.mil, david.w.bennett4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Subject: Synopsis (this is not a request for proposal) for Analytic & Technical Support Services to the Under Secretary of Defense for Acquisition, Technology and Logistics (OUSD(AT&L)), Office of Treaty Compliance (TCO). The proposed solicitation number is HQ0034-14-R-0167. Contracting Office Address: Washington Headquarters Services/Acquisition Directorate 1225 S. Clark St. Arlington VA, 22202 Points of Contact: Contracting Officer - Wes Bennett (david.w.bennett4.civ@mail.mil) Contracts Specialist - Stas Blaushild (stas.l.blaushild.civ@mail.mil) The anticipated solicitation release date is November 03, 2014. Offerors wishing to submit an offer are responsible for downloading their own copy of the future request for proposal (RFP) and for frequently monitoring this site for any amendments. Failure to respond to the electronically posted RFP and associated amendments prior to the date and time set for receipt of proposals specified on the solicitation may render vendor offer non-responsive and result in rejection of the same. Any questions on this synopsis must be submitted in writing via email and, if applicable, will be answered at RFP release. The Washington Headquarters Services / Acquisition Directorate (WHS/AD) intends to make a single award for a Cost type contract with a period of performance of base and five years resulting from an unrestricted, full and open competition. The NAICS code for this acquisition is 541990: All Other Professional, Scientific, and Technical Services. All responsible sources may submit a proposal which shall be considered by the agency. This effort requires highly specialized, in-depth knowledge of a broad range of strategic and conventional arms control treaties and agreements. The general areas of responsibility for TC listed below are applicable to more than 15 treaties and agreements. Potential sources should have the capability of providing on-site day-to-day operation support similar to the tasks described below: • Conducting original research and analysis of arms control issues and DoD Research, Development, Testing, Evaluation (RDTE) and acquisition programs and other activities to ensure that all DoD programs and activities are compliant with relevant treaty obligations. • Planning for and monitoring compliance and implementation of new and existing arms control agreements. • Providing advice and assistance to DoD elements/agencies regarding the impact of treaty obligations on RDTE and acquisition programs. • Assessing alternative positions on arms control issues and their potential impacts on DoD RDTE and acquisition programs and/or on U.S. strategies. • Updating, maintaining and managing the DoD treaty implementation and compliance database. Specific duties and tasks include, but are not limited to: • Treaty Compliance Database Management: collect, maintain, and update a database containing information relevant to treaty compliance activities. • Evaluation and Assessments: analyze documentation, data, and other products to determine/evaluate/assess current and potential treaty obligations and the status of implementation and compliance actions as they relate to DoD programs and activities. • Research, Analysis and Modeling: plan, organize, staff, and perform original research, computer modeling and technical analyses and/or use other modeling/gaming techniques depending on the specific compliance issue raised. • Treaty Implementation Planning Support: perform research and analysis to provide input to TC's arms control implementation planning oversight responsibilities. • Information Management Support and Archive Administration: TC must maintain a specialized, unique capability for accessing, retrieving and using historical records and data on arms control negotiations, implementation actions, and compliance decisions, both electronic and paper copy, within both the classified and unclassified environments. • Network and database administration and maintenance: This will include, as required, installation, inventory, operation and maintenance of Government Furnished Equipment (GFE) and Contractor Acquired Property such as computers, software, input and output devices, storage media and communications equipment, and materials, as well as technical and graphic arts services in support of the system. • The Contractor shall administer the unclassified OUSD(AT&L) Treaty Compliance web site on the DoD Non-Secure Internet Protocol Router Network (NIPRNet). The normal place of performance for the direct analytical staff is National Capital Region - Pentagon. Some support staff may be required to work at the contractor's site. In order to be eligible for award: 1. At time of proposal submission, the offeror must have an approved accounting system and shall submit confirmation (and proof if applicable): • whether the offeror's organization is operating under an accounting system that has been approved for cost-type contracts • whether the offeror is subject to cost accounting standards • whether the offeror has submitted a CASB Disclosure Statement, and if it has been determined adequate • whether the offeror has been notified that it is or may be in noncompliance with its Disclosure Statement or CAS, and, if yes, an explanation • whether any aspect of this proposal is inconsistent with the offeror's disclosed practices or applicable CAS, and, if so, an explanation • whether the proposal is consistent with the offeror's established estimating and accounting principles and procedures and FAR Part 31, Cost Principles, and, if not, an explanation • if at the time of proposal submission the offeror does not have an approved accounting system, the offer must state if their system meets the system audit criteria established by DCAA, and the offeror must complete the associated Preaward Survey (SF 1408-14) 2. The offeror shall submit confirmation (and proof, if applicable) that company can meet minimum security requirement compliance at time of proposal submission: • Ability to provide and maintain contractor personnel at the Top Secret / Sensitive Compartmented Information (TS/SCI) minimum with Special Program Access eligibility • Capability to transport classified information to and from corporate offices and store classified materials at the "Top Secret" level at off-site office spaces • Defense Information Systems Agency (DISA) approved Secure Internet Protocol Network (SIPRNet) connection at their site to provide local area network connectivity for their analysts, Government and contractor analysts at the TCO
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/HQ0034-14-R-0167/listing.html)
 
Record
SN03551907-W 20141018/141016234737-ec6279c07a83b26fed5b7c336fa09a54 (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.