Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOURCES SOUGHT

R -- Expert Consultation and Specialized Services

Notice Date
4/26/2017
 
Notice Type
Sources Sought
 
NAICS
#541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA17I0046
 
Archive Date
5/16/2017
 
Point of Contact
AQM/IP Contracting Team,
 
E-Mail Address
IP_Contracting_Team@state.gov
(IP_Contracting_Team@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought is for informational purpose only. This is not a request for proposal. It does not constitute a solicitation and shall not be construed as a commitment by the Government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary Not responding to this Sources Sought does not preclude participation in any future RFP, if any is issued. FAR 52.215-3 - Request for Information or Solicitation for Planning Purposes applies herein. Department of State, Office of Acquisition Management is issuing this sources sought notice as a means of conducting market research to identify small businesses having an interest in and the resources to support Expert Consultation and Specialized Services to the office of non-Proliferation and Disarmament for (NDF) Mission Support. The applicable North American Industry Classification System ( NAICS ) code to be assigned to this procurement is 541690 ; Other Scientific and Technical Consulting Services. The associated small business size standard is $15 million. Background and Scope: The objective of the NDF is to establish a streamlined acquisition method that would enable the purchase of professional services to acquire the NDF's needs promptly and immediately. The Contractor shall provide a broad array of services in support of ISN/NDF efforts to assist host nations in removing, destroying, or disabling weapons of mass destruction (WMD), conventional munitions, or other dangerous materials. The services will include, but are not necessarily limited to performance of work within the scope of the task descriptions and activities set forth below: 1.Providing immediate expert consultation services, including rapid response, short term technical market research and analysis 2.Developing detailed plans and proposals for the destruction, demilitarization, or removal of materials with complete and fully supported implementation strategies and options, budget details and time schedules as well as assisting in full scale implementation of the plan and options 3.Preparation of reports providing a comprehensive analysis of the technical approach utilized based on stockpile configuration with supporting rationale and analyses of options and strategies, including a discussion of the relative advantages and disadvantages of the options; relative cost, performance and schedule considerations; risk factors and potential mitigation strategies 4.Actual weapon systems elimination and removal 5.Performing site surveys 6.Advising U.S. Government representatives on the nature and condition of materials under consideration for site(s) locations 7.Performing inventories of designated materials 8.Preparation of detailed work plans and plan of execution for training and implementation; site specific details for the safe, secure and complete elimination and disposal of obsolete heavy munitions, including contact and transport mines, warheads from torpedoes and transport warheads 9.The availability of a cadre of capable experts who possess the expertise and knowledge of various methods that can be used to assist with the destruction or otherwise disablement of delivery systems; materials; equipment; production facilities; including a variety of mechanical, incendiary, explosive, and other techniques appropriate to the situation at hand. The Contractor must have personnel who are available immediately and who have experience working with the following systems and technologies: destruction and demilitarization of Scud, FROG, SS-21, SS-23 and similar short and intermediate range missile systems to include destruction via demolition of high explosive and cluster munition warheads, elimination of chemical and biological munitions, washout or burning of solid rocket motors, and international disposal of liquid rocket fuels for the Scud and other liquid fueled missile systems. 10.The availability of a cadre of capable experts who possess knowledge of international transport systems for physical removal of any WMD and conventional weapons from a host country is also needed. 11.The availability of a cadre of capable experts who are capable of advising on destruction of production and storage facilities for these systems. 12.The availability of a cadre of capable experts who possess the expertise to review technical data on diverse projects and provide practical advice and technical analysis to include the development of conceptual methods of elimination. Additionally, the experts must be capable of participating in any Department of State or interagency US Government meeting as a technical expert and advisor on any topic related to the destruction and elimination of chemical, biological or nuclear weapons of destruction and production facilities. 13.The flexibility and capability of a cadre of experts appropriate to the situation at hand to travel with as little as 36-48 hours' notice to countries where the U.S. Government cannot provide indemnification or guarantee legal protections; including privileges and immunities from host country civil and criminal laws, and Contractor personnel cannot be armed. 14.Providing training, if needed, on elimination of WMD, conventional munitions and dangerous materials at a location or locations to be determined for a targeted audience of officials and members of the armed forces of foreign countries in order to complete a tasked mission. 15. Providing oversight and technical assistance in all areas such as logistical arrangement for procurement of packing materials, method and site destination for transporting the material for a period as directed by the NDF. 16.Developing a work plan and a safety and health plan, if required, in conjunction with the foreign government. Providing perimeter and site security at disposal site(s), as required. Responses shall have the following: 1.A one page cover sheet that identifies the title, organization(s), Business type (small or large) respondent's technical and administrative points of contact - including names, addresses, phone numbers, and email addresses of all co-authors - and clearly indicating its association with this sources sought. 2.A substantive, focused, information paper of no more than five (5) pages that includes: a.A detailed summary of approaches taken to meet the performance requirements of these sources sought. b.Capabilities of performing multiple elements in scope, in multiple different locations worldwide simultaneously. c.Respondent's past experience of works that are similar in size, scope, and complexity to cover all 16 elements stated in the above background and scope.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA17I0046/listing.html)
 
Place of Performance
Address: worldwide, United States
 
Record
SN04485454-W 20170428/170426234551-5ae82da4c795be7fe12bf2395f28ea0f (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.