SOURCES SOUGHT
99 -- Cooperative Threat Reduction Task
- Notice Date
- 3/16/2016
- Notice Type
- Sources Sought
- NAICS
- 541711
— Research and Development in Biotechnology
- 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
- HDTRA1-16-R-0001-1
- Archive Date
- 4/19/2016
- Point of Contact
- Gary Perusse,
- E-Mail Address
-
Gary.J.Perusse.CTR@mail.mil
(Gary.J.Perusse.CTR@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: NOTICE OF INTENT TO AWARD BASIC ORDERING AGREEMENTS TO INTERNATIONAL SCIENCE CENTERS The Defense Threat Reduction Agency (DTRA) intends to issue a sole source Basic Ordering Agreement under the authority of FAR 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, on or about 15 May 2016 to the Science & Technology Center in Ukraine (STCU) for tasks in Azerbaijan, Moldova, Ukraine and Uzbekistan under the Cooperative Threat Reduction (CTR) Program. DTRA also intends to issue a sole source Basic Ordering Agreement under the authority of FAR 6.302-1(a)(2)(iii), Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, to the International Science & Technology Center for tasks in Armenia, Kazakhstan, and Georgia under the CTR Program. The estimated ceiling for each Basic Ordering Agreement shall be $10,000,000.00. The STCU has a uniqueness as the only registered, USG-funded International Organization with VAT-exempt, Customs Duty-exempt status in Azerbaijan, Moldova, Ukraine, and Uzbekistan with a CTR-specific mission. The ISTC has a uniqueness as the only registered, USG-funded International Organization with VAT-exempt, Customs Duty-exempt status in Armenia, Kazakhstan, and Georgia with a CTR-specific mission. Both the STCU and ISTC were established by the U.S. Government and other Governing Parties (e.g., European Union, Japan, South Korea, Norway) to address the global security threat of the proliferation of WMD-applicable chemical, biological, radiological and nuclear (CBRN) knowledge and materials; support the integration of scientists with WMD applicable knowledge into global scientific and economic communities through national, regional, and international research collaboration; develop and sustain a culture of nonproliferation and CBRN security awareness and responsibility through education, mentorship, and training and promote international best practices and security culture to mitigate CBRN security threats. 1.2 This notice is for information and planning purposes only to assist the Agency in performing market research in order to determine industry has interest and technical capability. This notice does not commit the Government to contract for any supply or service whatsoever. All documentation submitted shall become the property of the Government and will not be returned. Further, DTRA is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought; all costs associated with responding to this sources sought will be solely at the interested party’s expense. 1.3 If your firm is interested and has the capability to perform this work, you are required to submit a capability statement that addresses the questions presented within this announcement. It is expected that the performance period will begin around May 15, 2016. The type of contract vehicle to execute this requirement has not yet been finalized, but the duration of a potential award may be two years Not responding to this notice does not preclude participation in any future solicitations. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (https://www.fbo.gov) website. It is the responsibility of the potential offers to monitor the site for additional information pertaining to this requirement: 2.0 REQUIREMENT. Under these Basic Ordering Agreements, the STCU and ISTC will support a broad range of Cooperative Threat Reduction tasks to include: project management/oversight; cooperative research projects; scientific mentoring, training, sustainment supplies, equipment repairs, annual equipment certifications, and inspections/audits. 3.0 RESPONSES TO THE NOTICE 3.1 Potential sources who believe they possess the qualifications, expertise and experience are requested to provide capability statements to this sources sought by submitting written responses to the below POC no later than 1 April 2016. 3.2 Capability statement responses SHALL NOT CONTAIN CLASSIFIED INFORMATION and shall clearly mark any proprietary information. 3.3 Capability statement responses shall not exceed 3-pages in total, using 12-point Times New Roman font and 1" margins, including all appendices or attachments. The company information and questionnaire requested under Section 3.5 below do not count against the 3-page limit. 3.4 The Government may use non-Government (contractor) support personnel as subject matter experts in the review of responses received, including the review of any marked or unmarked proprietary information provided. Appropriate non-disclosure agreements have been executed between the third party, non-Government (contractor) support personnel and the Government and are on file with the Government. A submission of a response to this sources sought constitutes the respondent’s acknowledgement and agreement that the information provided in the response, including any marked or unmarked proprietary or source selection information, may be disclosed to these third party, non-Government (contractor) support personnel. 3.5 The submissions should provide administrative information to include the following: 3.5.1 Company Information: 3.5.1.1 Company name, CAGE Code, DUNS Number. 3.5.1.2 Business type (large business, small business, small disadvantaged business, 8(a) certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Please refer to Federal Acquisition Regulation FAR 19 for detailed information on Small Business Size Standards. The FAR is available at http://www.arnet.gov. 3.5.2 Name, mailing address, phone number, e-mail of designated point of contact. 3.5.3 Sources Sought Questionnaire: 3.5.3.1 Is your company currently providing similar services under any U.S. Government contracts? If yes, for which agency(s)? What is/are the contract number(s)? What contract type? Who is/are the Contracting Officer(s) and Administrative Contracting Officer(s)? What are their pertinent phone numbers, e-mail addresses, etc.? What types of labor categories are you providing under these contracts? 3.5.3.2 How long has your company been providing these types of services? How long has your company provided this type of service to the Federal/DoD/State government? 3.5.3.3 What is your company’s approximate annual gross revenue? 3.5.3.4 Please describe your geographic focus (i.e. state specific, regional specific, nationwide, overseas, etc.) If you operate overseas, do you experience any delays or specific challenges with operating overseas? 3.5.3.5 What certifications or qualifications do your employees generally possess? What is your company's process for validating employee certifications/qualifications? 3.5.3.6 What is the staffing makeup of your company? What are your procedures to ensure adequate coverage during personnel shortages? Do you offer on-site managers? How do you recruit highly qualified personnel? 3.5.3.7 If your company is a large business, do you have established relationships with small business providers? 3.5.3.8 Which NAICS codes do you perform this service under? Which code(s) do you feel best represents this requirement? 3.5.3.9 What do you see as the primary risk areas and/or potential issues associated with an acquisition of this type? How do you propose to mitigate any risk(s)? 3.5.3.10 The Government desires to promote small business participation in this process. Please provide suggestions on how best to do so. Feel free to provide other suggestions as well as the associated advantages and disadvantages with your approach. 4.0 OTHER INFORMATION 4.1 Procuring Contracting Office: J4CO Defense Threat Reduction Agency 8725 John J. Kingman Road Attn: J4CO Fort Belvoir, Virginia 22060 United States 4.2 Point of Contact: Gary P Email: dtra.belvoir.J4-8C.mbx.fbo-notices@mail.mil ; fbo.notices@dtra.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/HDTRA1-16-R-0001-1/listing.html)
- Record
- SN04052943-W 20160318/160316235820-46af94f319477883efab333a94e7f6dd (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 |