Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2015 FBO #4879
SOURCES SOUGHT

R -- Analytical, Technical Conceptual, and Operational Support Services

Notice Date
4/2/2015
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting 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
GGW032820151503
 
Archive Date
4/30/2015
 
Point of Contact
Gabriel Wright, Phone: 7035451228
 
E-Mail Address
Gabriel.G.Wright.civ@mail.mil
(Gabriel.G.Wright.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE Sources Sought Number: GGW032820151503 Analytical, Technical Conceptual, and Operational Support Services Agency/Office: Washington Headquarters Services/Acquisitions Directorate Title: The Assistant Secretary of Defense for Research and Engineering Sources Sought Description: This sources sought notice seeks information and capability statements from interested vendors that will assist the Government in locating potential sources with the ability to satisfy the Government's requirement for procurement data strategy and verification/validation support. This Sources Sought Notice is for market research and planning purposes. It is not a request for proposals (RFP) nor does it restrict the Government as to the final acquisition strategy. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Responses from all qualified and experienced sources is requested, including small businesses, 8(a) small businesses, service-disabled veteran-owned small businesses, HUBZone small businesses, and Women-owned small businesses under NAICS code 541611: Administrative Management and General Management Consulting Services are encouraged to respond to this notice. Background The Office of the Deputy Assistant Secretary of Defense for Emerging Capability & Prototyping (DASD EC&P) within the Assistant Secretary of Defense for Research & Engineering (ASD(R&E)), has completed a significant reorganization. The Rapid Reaction Technology Office (RRTO) resident within the newly created EC&P Directorate provides the OSD and the greater DoD community with superior technical and operational support. RRTO mission is to develop prototypes and host technology demonstrations to counter emerging and anticipated threats in order to accelerate the delivery of resilient solutions leading to affordable Warfighter capabilities. Essential Tasks (1) Support ASD(R&E) and DASD(EC&P) overarching objectives (mentioned above) (2) Identify and examine technological impacts of emerging and potential future military issues (3) Anticipate adversaries' (Red Team) future exploitation of technology (4) Leverage the DoD science and technology base and those of other Federal Departments (5) Identify and leverage technology developed outside of DoD in the commercial sector, in academia, and internationally (6) Regularly engage with innovators and communities of interest to keep abreast of emerging technologies, threats, and Warfighter needs (7) Stimulate interagency coordination and cooperation (8) Demonstrate feasibility of integrated or cross-domain capabilities that guide long-term science and technology investment decisions (9) Provide evidence based metrics & measures in overcoming specific technical risk barriers (10) Accelerate maturation of affordable, resilient capabilities and concepts to counter emerging threats (11) Execute projects to counter irregular, hybrid and conventional warfare threats, and fulfill the gaps identified and/or anticipated Primary Support Areas Firms submitting a response to this Notice should provide information to support their capabilities in the technical areas for support services listed below. 1. Facilitate the planning, execution and/or attending meetings on the behalf, or in support of RRTO initiatives, efforts, and projects. The Contractor shall provide in depth expertise based on experience at the OSD, inter-Service level, and/or interagency levels, sufficient to serve as members of IPTs/Workshops/Boards as directed by the Government. Support shall include participation, developing agendas, preparing announcements, coordinating facilities, maintaining meeting records, and drafting reports 2. The Contractor will provide strategic analytic and research services for Strategic Multilayer Assessment (SMA) projects in support of the Joint Staff. Support will consists of developing frameworks and integrate a wide range of research findings and analytic results from a broad set of teams and make these products meaningful to an end user; contractor must have significant expertise in the Stability Model (StaM); The contractor will employ unique depth and mix of advanced methodological expertise and experience spanning: stability modeling at the regional, national and sub-national levels; psycho-social and neuro-biological research into violence and radicalization of individuals and extremist organizations; expertise evaluating and employing multiple qualitative and quantitative analysis techniques ranging from statistical analyses to discourse, decision-analytic and predictive modeling and expertise with strategic deterrence analysis involving issues relating to US nuclear forces, ally assurance, and anti-proliferation. 3. As part of the concept development team, the contractor shall provide strategic analytic research to help identify new and emerging threats, and seek mitigating solutions to enhance Warfighter adaptability and resilience across functional domains. These initiatives shall focus on rapid prototyping of emerging technologies including (but not limited to) electromagnetic/spectrum-agile capabilities, multi-domain/networking systems, autonomous systems, counters to weapons of mass destruction (WMD), and dismounted soldier systems. 4. The contractor will maintain the ability to sub-contract for additional support, personnel, and subject matter experts (SME) in order fulfill other government specified requirements that may arise within the scope of this contract. Submission Requirements: All responses should be submitted via e-mail to Gabriel.G.Wright.civ@mail.mil no later than 2:00 PM EST on April 23, 2015. Please no phone calls. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. Required Format: Submit a capabilities statement with information that addresses each of the Primary Support Areas. There is a maximum page limitation of seven (7) typed pages that are single spaced using 12 inch Times New Roman font within an 8.5 by 11 inches page size. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. Submission Requirements 1. Complete Business Name, including DUNS Number, Tax ID and CAGE Code 2. Contact Information (Respondent's name and title, address, telephone, e-mail) 3. Business Size and Classification (small, small-disadvantaged, SBA Certified 8(a), HUBZone, service-disabled veteran-owned, etc.). 4. GWAC or MAC i.e GSA, NITAAC: 5. Information to support your firm's capabilities aligned to the Primary Support Areas as numbered above, that address the company's ability to perform the services described. 6. Responses should include recent and relevant contracts (last 3-5 years), including the servicing agency, point of contact, dollar value, period of performance, and scope of the work. Disclaimer: Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and/or solicitation maybe published. However, responses to this notice will not be considered adequate responses to the solicitation. The Government will not accept requests for meetings or briefings. Information and materials submitted in response to this notice will not be returned. The Government does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. As a result of this notice, the Government may issue a Request For Proposals. There is no solicitation available at this time. However, should a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this notice or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Points of Contact: Please address questions to Gabriel Wright per contact details below: • Gabriel Wright, WHS/AD, Contract Specialist Email Gabriel.G.Wright.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/WHS/REF/GGW032820151503/listing.html)
 
Place of Performance
Address: Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN03687425-W 20150404/150403000122-5aef3d09d245c036ae63f923c233ad26 (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.