Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2016 FBO #5200
SOLICITATION NOTICE

D -- FILE ASSOCIATIVE LINK ANALYSIS FRAMEWORK - IGCE - Statement of Work and Attachments - First Page - Experience

Notice Date
2/16/2016
 
Notice Type
Cancellation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
FILE-ASSOC-LINK-ANALYSIS-FRWK
 
Point of Contact
Mishelle Miller, , Lora L. Mackin,
 
E-Mail Address
mishelle.miller@dodiis.mil, Lora.Mackin_CNTR@dodiis.mil
(mishelle.miller@dodiis.mil, Lora.Mackin_CNTR@dodiis.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
File Assoc Link Analysis Frwk Experience Matrix File Assoc Link Analysis Frwk First Page File Assoc Link Analysis Frwk Attachments to SOW File Assoc Link Analysis Frwk SOW File Assoc Link Analysis Frwk Independent Government Cost Estimate THE NATIONAL MEDIA EXPLOITATION CENTER FILE ASSOCIATIVE LINK ANALYSIS FRAMEWORK 100% SMALL BUSINESS SET-ASIDE SOURCES SOUGHT NOTICE 1. Overview 2. Not an RFP 3. Qualifications Sought - 100% Small Business 4. Qualifications Sought - Statement of Work and Its Attachments 5. Qualifications Sought - Independent Government Cost Estimate 6. Capabilities Packages 7. Response Format and Deadline 8. Non-Government Personnel 9. Points of Contact for Questions and Responses 1.Overview The Virginia Contracting Activity (VaCA) is seeking to identify qualified sources from 100% small business concerns to provide services for the maintenance, and development, engineering and enhancements to a file associative link analysis framework system. The National Media Exploitation Center (NMEC) requires contractor services to utilize a variety of COTS, GOTS and open source solutions to conduct technical exploitation on media and related devices. The solutions code base requires operational support and enhancement by qualified engineering staff. Contract assistance is to provide support in file associative link analysis for operations and maintenance, and for research, development, testing and evaluation. 2.Not an RFP This is not a Request for Proposal (RFP); there is no solicitation available at this time. Requests for solicitation will receive no response. This Notice is not to be construed as a commitment by the government, nor will the Government pay for information received. This market survey is being conducted to identify potential sources capable of meeting the requirements described. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. This RFI is not a guarantee of a future solicitation, work, or contract. If the Government decides to award a contract for this or a related effort, a solicitation may be posted on the FedBizOpps website. 3.Qualifications Sought - 100% Small Business Interested Vendors shall use Attachment 1: File Assoc Link Analysis Frwk First Page as a starting point in addressing 3. Qualifications Sought - 100% Small Business. The VaCA anticipates limiting this action to 100% certified Small Business concerns only. All respondents are required to certify that they currently meet the small business requirements under the North American Industry Classification System (NAICS) code 541511, "Custom Computer Programming," with a small business size standard of $27.5M average annual receipts. Prospective sources must indicate both the size with respect to the above standard and their current small business status. As a Small Business Set Aside, it is required that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction), at least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern. (End of Clause)." Your package should provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. To be considered for this award, the company must be registered in System of Award Management (SAM). 4.Qualifications Sought - Statement of Work and Its Attachments Interested Vendors shall use all of the Attachments number 2 which are the Statement of Work and its items in addressing 4. Qualifications Sought - Statement of Work and Its Attachments. 5.Qualifications Sought - Independent Government Cost Estimate Interested Vendors shall use Attachment 3 in addressing 5. Qualifications Sought - Independent Government Cost Estimate. 6.Capabilities Packages Statement of Capabilities The VaCA will review each company's Statement of Capabilities based on their ability to demonstrate a broad understanding and capability of the Government's requirements. Similar Experience The VaCA will review each company's similar experience and will examine the company's efforts to determine the extent of experience the company has with programs similar in size, scope and complexity as envisioned by the program. Interested Vendors shall use Attachment 4 Experience in addressing Similar Experience. 7.Response Format and Deadline *Respondents shall submit their response via email to the Point of Contacts provided below. *The page size is to print to a Standard 8.5 x 11 inch paper using Times New Roman, 11 point font, with one inch margins using Microsoft Word. *The file shall be only one, in PDF or Word, and shall be no more than eight pages in its entirety. *The file name shall state the shortened title of "File Assoc Link Analysis Frwk" followed by contractor company name. *Do not send a separate cover letter or any other document, submit only one file. *Each page of the file is counted. The email message will not be counted and will not be reviewed. *The response must be received no later than 26 January 2016 10:00 a.m. EST. *The first page of the electronic file shall include the information from Attachment 1. *Pages two through eight shall include a footer or header or both which has the contractor company name and the page number. *Pages two through eight shall include a footer or header or both which has the shortened title of this Notice, "File Assoc Link Analysis Frwk." *Pages two through five of the electronic file shall cover the Statement of Capabilities. *Pages six through eight shall be in the format of Attachment 4, Similar Experience Matrix Template. 8.Non-Government Personnel VaCA plans to use non-government personnel in support of this acquisition pursuant to FAR Subpart 37.2 Advisory and Assistance Services. This Sources Sought notice contains the following Defense Intelligence Agency Acquisition Regulation Supplement & Instruction (DARSI) provision: 1052.209-98 UTILIZATION OF SUPPORT CONTRACTORS BY THE GOVERNMENT (FEB 2009) a. Offerors are advised that non-government employees will serve as advisors for assisting the government during evaluation of proposals. The government will authorize these persons access only to those portions of the proposal data and limit discussions only for the purpose of providing technical advice on specialized matters or particular issues. They shall be expressly prohibited from scoring, ranking, or recommending the selection of a source. b. The government is responsible for proper safeguards to ensure proposal evaluation objectivity. In this regard, the government exclusively retains all source selection decision authority and supporting decision responsibilities. Moreover, all participants in the proposal review process with access to source selection sensitive information are required to execute a government nondisclosure agreement. c. Government support contractors who may be involved in review of proposals submitted in response to this solicitation are identified as follows: Ms. Lora Mackin government contractor for Roger P. Mackin LLC under an Advisory and Assistance Services Contracts held by Prime Contractor, Government Contracting Solutions (GCS), a wholly owned subsidiary of PSS, 8251 Greensboro Drive, Suite 500, McLean, VA 22102. POC: Mr. Gregory R. Anderson, Director of Contracts, Email: ganderson@gcsinfo.com. Mr. Jimmy Ober government contractor for Government Contracting Solutions (GCS), a wholly owned subsidiary of PSS, 8251 Greensboro Drive, Suite 500, McLean, VA 22102. POC: Mr. Gregory R. Anderson, Director of Contracts, Email: ganderson@gcsinfo.com. d. Offerors who submit proposals in response to this solicitation do so with the express understanding that government support contractors serving as advisors in the proposal review process may have access to the Offerors' proposal information, as described above. Offerors requiring nondisclosure agreements with any government support contractor are not relieved of solicitation submission time requirements, nor is the government required to provide additional time to Offerors requiring their own bilateral nondisclosure agreements with any government support contractor. e. Offerors requiring nondisclosure agreements with any government support contractor shall: (i) Inform the contracting officer of the Offeror's requirement; (ii) Contact the government support contractor and negotiate the necessary terms and conditions and obtain the contractor's written agreement; (iii) Provide a signed copy of each such nondisclosure agreement executed to the contracting officer with their proposal submission; and (iv) Indicate in the proposal that the support contractor(s) may utilize the Offeror's proprietary data in evaluating the Offeror's proposal. f. The Offeror shall notify their prospective subcontractors who are submitting proprietary information that the above government support contractors may require similar access to this information. Any such subcontractors may execute agreements directly with the above government support contractors or may authorize an Offeror to permit such access on such reasonable terms as the subcontractor may provide. For each such subcontractor agreement executed, Offerors shall provide a copy of such agreements with their proposal, and shall indicate in the proposal that the government support contractor(s) may utilize subcontractor proprietary data in evaluating the subcontractor's proposal for this acquisition. (End of Provision) 9.Points of Contact for Questions and Responses The Points of Contact for any questions, concerns and responses in regards to this notice are primary Contracting Officer Ms. Mishelle Miller, mishelle.miller@dodiis.mil, and contacts Ms. Lora Mackin, lora.mackin_CNTR@dodiis.mil and Mr. Jimmy Ober, jimmy.ober_CTR@dodiis.mil. Please read this entire Notice and all of the attachments before asking a question. No telephone calls will be accepted. Submit via email only. A confirmation response will be sent to all emails with questions. Questions and answers will be posted on the FBO website; questions will not be answered individually. Please copy all three individuals on your email questions and on your submission. All responses will receive an email confirmation after submission. If you do not receive an email response, check the email address you are sending to. Do not call to see if your response was received; allow the Points of Contact time to receive and then confirm your submission via email.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/FILE-ASSOC-LINK-ANALYSIS-FRWK/listing.html)
 
Place of Performance
Address: National Capital Region, United States
 
Record
SN04020820-W 20160218/160216234505-f85b69450cf4f41535d6c90274f87c12 (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.