SOURCES SOUGHT
R -- NMO Distributed Common Ground/Surface System Support - Sources Sought NMO DCGS
- Notice Date
- 12/5/2016
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting 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
- NMODCGSFY17
- Archive Date
- 1/31/2017
- Point of Contact
- John H Young, Phone: 703 7356384, Mishelle Miller, Phone: 703 735-6239
- E-Mail Address
-
john.young@dodiis.mil, mishelle.miller@dodiis.mil
(john.young@dodiis.mil, mishelle.miller@dodiis.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft PWS for NMO DCGS support Sources Sought NMO DCGS This is a 'sources sought' pre-solicitation notice for planning purposes. The Government will not be responsible for any cost incurred by interested parties respondiing to this notice. The Virginia Contracting Activity (VaCA) is conducting market research seeking to identify qualified sources, either large businesses or small, that have the ability to meet Government requirements to manage and execute the Distributed Common Ground/Surface (DCGS) MASINT Program, including the MASINT Metadata Harmonization efforts, which support the National MASINT Office's mission to execute the MASINT Functional tasks in direct support of the MASINT Functional Manager. The Government requires a contractor supported by staff who are familiar with this program. This effort is currently being performed by Riverside Research Institute under a full and open task order under a firm-fixed-price-level-of-effort contract type, HHM402-11-D-0020-0007 which expires 31 May 2017. See full sources sought notice with Attachments #1 and #2, as well as the Draft PWS document uploaded with this announcement. All personnel performing services must have a Top Secret/SCI clearance and the company must have a Top Secret facility clearance. CAGE codes will be verified and no exceptions allowed. In addition, all prime contractors must have a DCAA approved cost accounting system ot allow for submission of a cost proposal for the anticipated cost-plus-fixed-fee contract type to be included in the RFP. Small vendors must be compliant with the above NAICS code and $15,000,000 size standard. All vendors must be currently registered in the System for Award Management (SAM) website, sam.gov. Interested vendors must respond with a two part capability statement in the format as described in the attached full sources sought announcement. Following this pre-solicitation research the Government anticipates the release of the final PWS and formal RFP in the first quarter of FY17. A company need not submit a statement of capabilities to participate in the later RFP. The point of contact for any questions in regard to this notice is Mr. John Young. No telephone calls will be accepted. Interested vendor's statements of capability responses shall be submitted electronically by email and PDF attachment NLT 10:00 am EST on 14 December 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/NMODCGSFY17/listing.html)
- Place of Performance
- Address: DIA/ST/NMO2 SCIF, Wright Patterson AFB, Ohio, and contractor facilities., United States
- Record
- SN04342801-W 20161207/161205234356-007c75d057112e41a9284635f9cab27a (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 |