Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

R -- Sources Sought: Advisory and Assistance Services (A&AS) to The Defense Threat Reduction Agency’s (DTRA) Intelligence, Plans and Resources Joint Directorate (J2/5/8R) and the Standing Joint Forces Headquarters for Elimination (SJFHQ-E)

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
J258R20152016_A
 
Point of Contact
Arlene Warren, , Tabitha Everly,
 
E-Mail Address
arlene.warren.civ@mail.mil, tabitha.a.everly.civ@mail.mil
(arlene.warren.civ@mail.mil, tabitha.a.everly.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: This is a SOURCES SOUGHT notice for Advisory and Assistance Services (A&AS) to The Defense Threat Reduction Agency's (DTRA) Intelligence, Plans and Resources Joint Directorate (J2/5/8R) and the Standing Joint Forces Headquarters for Elimination (SJFHQ-E) All responses to this sources sought shall be based on the description of potential requirements, found below, the attached DRAFT Statement of Objectives (SOO). This notice is a Request for Information (RFI) only and is not a solicitation for proposals. The intent of this notice is to assist the Government in conducting market research to evaluate the availability of capable firms within industry. Requests for solicitation will not be responded to and no contracts shall be awarded based on any responses received from interested parties. Additionally, the Government will not reimburse contractors for any costs associated with responding to this sources sought notice/RFI. Description: In accordance with FAR Part 10, DTRA is conducting market research to identify interested vendors capable of performing A&AS Services to support DTRA J2/5/8R and the SJFHQ-E. DTRA safeguards America and its allies from weapons of mass destruction (WMD) including Chemical, Biological, Radiological, Nuclear and high yield Explosives (CBRNE), by providing capabilities to reduce, eliminate, and counter the threat and mitigate its consequences. In order to adapt and shape the dynamic Global Security Environment, DTRA develops new, and continues to expand existing, bilateral and multilateral engagements, supports the cooperative elimination of WMD threat abroad, improves the security and accountability of vulnerable nuclear, biological, and chemical material globally, continues to strengthen interagency and international partnerships, and continues to improve strategic global situational awareness to respond to emerging threats. Additionally, DTRA provides counter WMD capabilities to meet current threats and challenges by enhancing Combatant Commanders' ability to eliminate and respond to WMD threats and vulnerabilities, to provide operational and technical support for a safe, secure, and effective nuclear deterrent, to develop a robust reachback capability to facilitate United States Government counter WMD operations, and to develop analytical tools and technologies to detect, characterize, confront, defeat, protect against and remediate the full spectrum of CBRNE threats. The organization's Joint Directorate of Strategy, Plans and Resources (J2/5/8R) implements this critical responsibility by planning, integrating, synchronizing, and executing Department of Defense-wide efforts to counter the threat posed by WMD. The proposed effort will also support the Joint Forces Headquarters for Elimination (SJFHQ-E). Support requirements for these duties are challenging and constantly evolving. They mandate an extensive range of related subject matter expertise resident in both the National Capital Area and all Global Combatant Commands. The provision of World-Class, flexible and responsive A&AS expertise is a fundamental element of our institutional ability to maintain an increasingly tenuous peace in an unstable and dangerous geopolitical environment. Scope and Timeframe: The scope of requirement includes all DTRA J2/5/8R and SJFHQ-E responsibilities. The anticipated contract type is a competitive Indefinite Delivery/Indefinite Quantity (IDIQ). Off of this IDIQ, the Government will issue Cost-Plus and/or FFP task orders. Period of Performance: The estimated ordering period for this requirement is a one (1) year base period with a four (4) one (1) year option periods (total possible duration of five (5) years). The performance periods of individual task orders under this IDIQ will vary but will not the ordering period of the IDIQ (five (5) years) Location: Services provided under the scope of this effort are required at one or more of the following DTRA locations: DTRA Headquarters/Defense Threat Reduction Center (DTRC) located at 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia; and all Combatant Command locations. Support requirements may create a need for travel within local areas, CONUS or OCONUS. Additionally, for situational reasons to the benefit of the Agency (such as when the DTRC is physically closed but open virtually), contractor employees, primarily in the National Capital Region (NCR), may be permitted to work from home using Government Furnished Equipment (GFE) with Contracting Officer Representative (COR) approval. Capabilities Statement: Sources sought responses shall reflect both corporate capabilities and experience related to the above scope and attached DRAFT SOO. Responses shall be submitted using Times New Roman, size 12 font and are to be limited to five (5) single sided pages. Company information including point of contact, phone number, fax number, e-mail address, business size, and small business classification (8a, HUBZone, etc.), if applicable, should be listed prominently on the document. When developing a response, please address the following: 1) Previous contracts with the Department of Defense (DoD), government agencies, and global corporations to support strategic planning, military campaign planning, and combatant command support services. If applicable, please include contract numbers and dollar values. 2) Ability to provide and maintain proficient Military Campaign Planning expertise for required functional areas listed in the DRAFT SOO. Please identify any continuous training programs or plans. 3) Ability to provide and maintain proficient Strategic Planning Specialists for required functional areas listed in the DRAFT SOO. Please identify any continuous training programs or plans and specific ability to support maintenance of the Executive Strategy Management (ESM) software application. 4) Information related to any previous contracts or actions supporting the Combatant Commands. 5) Availability of office space and personnel within 15 miles of the DTRC. 6) Employee Retainability; ability to replace employees that leave the contract or take an excessive leave of absence in a timely manner. 7) Ability to support the employees with Top Secret/SCI clearances. 8) Ability to manage the services of Sensitive Compartmented Information Facilities (SCIFs) at a location within 15 miles of the DTRC. 9) Plans and procedures that might be implemented to maintain appropriate "Conflict of Interest" clauses for an A&AS contract. 10) Any other pertinent information that would make the responding company uniquely qualified for this effort. Any information submitted in response to this Sources Sought Notice/RFI is strictly voluntary. This synopsis is for information planning purposes only and the Government will not pay or otherwise reimburse respondents for information submitted. All documentation and statements received in response to this sources sought shall become the property of the U.S. Government. Unless otherwise stated herein, no additional information is available. Requests for the same will be not receive a response. There is no commitment by the Government to issue a solicitation, to make award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this Sources Sought Notice/RFI. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. All responses must be submitted in writing via e-mail to Ms. Tabitha Everly at tabitha.a.everly.civ@mail.mil. Responses to this notice must be received by 4:00PM EST, May 22, 2015. Responses must include business name, point of contact, address, and telephone number with area code. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-04-28 12:31:31">Apr 28, 2015 12:31 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-05-07 13:01:55">May 07, 2015 1:01 pm Track Changes Additional Data Added as of 04/28/15 This notice has been revised to include the following: 1) Advisory and Assistance Services (A&AS) to The Defense Threat Reduction Agency's (DTRA) Intelligence, Plans and Resources Joint Directorate (J2/5/8R) and the Standing Joint Forces Headquarters for Elimination (SJFHQ-E) is currently being performed by CENTRA Technology, Inc. under contract number HDTRA1-11-D-0015. 2) Addition of Ms. Arlene Warren, Contract Specialist as the primary POC for this effort. Additional Data Added as of 05/07/15 The following item has been revised in this notice: 1) Change the due date for responses to May 22, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/J258R20152016_A/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060, United States
Zip Code: 22060
 
Record
SN03723987-W 20150509/150507235308-f40bed9c9cbbd1da2c48606ac24772ec (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  © 1994-2020, Loren Data Corp.