Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2017 FBO #5826
SOURCES SOUGHT

R -- Strategic Systems Programs, Naval Treaty Implementation Program - Draft SOW - Industry Day Presentation Slides

Notice Date
11/3/2017
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Strategic Systems Programs, 1250 10th Street, SE, Suite 3600, Washington, DC, District of Columbia, 20374-5127, United States
 
ZIP Code
20374-5127
 
Solicitation Number
N00030-20-Q-0001
 
Archive Date
11/19/2017
 
Point of Contact
Lucas M. Medlock, Phone: 2024338403
 
E-Mail Address
lucas.medlock@ssp.navy.mil
(lucas.medlock@ssp.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Industry Day Slides from 30 August 2017. Draft Statement of Work SOURCES SOUGHT NOTICE "MARKET RESEARCH" N00030-20-C-0001 This is a SOURCES SOUGHT notice. This notice is NOT a Request for Proposal (RFP). No solicitation exists at this time. The Strategic Systems Programs (SSP) seeks a contract for subject matter expertise regarding the SSP Naval Treaty Implementation Program (NTIP) arms control implementation and compliance effort in accordance with various treaties as described below. PURPOSE OF NOTICE: The Sources Sought is being used as a Market Research tool to determine potential sources prior to determining the method of acquisition and issuance of a potential RFP. The Government is only requesting capability statements from potential contractors at this time. Responders should, at a minimum, address the items below: • Describe your firm's overall approach and operating model for meeting the requirements in the Statement of Work (SOW) and describe your firm's experience in providing similar services to those described in the SOW • Explain your recommended structure, expertise, and staffing approach to meet the requirements of the SOW • In your experience, what contract type and structure provides the Government and contractor with the most flexibility to adjust staffing as requirements change during performance? How would you construct a contract to provide flexibility to support temporary staffing surges to meet emergent requirements without expanding the number of full time equivalents (FTEs)? • In your experience, how are other Federal Government organizations, particularly DoD entities, procuring similar services? • Provide a list of government contract vehicles on which you are currently or have performed similar services in the past five (5) years. For each, please include the following information: a. Title of effort b. Name and contact information (telephone and e-mail address) for Government point of contact. c. Contract number d. Contract Type (FFP, Cost Reimbursement, etc.) e. Award Type (Single or Multiple) f. Contract Period of Performance g. Contract value (ceiling if IDIQ) h. Number of Full Time Equivalents (FTEs) and types of services being provided Any and all information submitted in response to this Sources Sought is strictly voluntary, and in no way obligates the U.S. Government to any type of monetary compensation or otherwise to make a contract award. All data and information submitted shall become property of the U.S. Government. No classified or confidential information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Responders should clearly indicate which portions of their response are proprietary and should mark them accordingly. Failure to provide a response does not preclude participation in any possible future competitive RFP for which a business is eligible to participate in, if any is issued. It is the responsibility of the interested businesses to monitor the FEDBIZOPS website for additional information pertaining to any potential acquisition and obtain security clearances, if necessary, to perform the SOW. REQUIREMENT: SSP NTIP supports the Fleet and the DON organizations with expert arms control implementation and compliance assistance. NTIP is responsible for coordinating DON (United States Navy and United States Marine Corps) implementation and compliance for designated arms control treaties worldwide. The NTIP mission is dynamic and is driven by current trends in international affairs. The NTIP mission is also subject to the U.S. government's emphasis on and priorities for arms control implementation and compliance, which can fluctuate based on the national security priorities of the Executive and Legislative branches. NTIP is researching the capabilities of companies that have arms control implementation and compliance experience. NTIP provides comprehensive arms control treaty support to Navy and Marine Corps commanding officers, program managers, senior leadership, and decision-makers. NTIP serves as the Department of the Navy's lead in all matters relating to implementation and compliance. SECNAV INSTRUCTION 5710.23C requires that all Navy and Marine Corps programs and activities must be compliant with international arms control treaties and U.S. policies at every stage of the acquisition life cycle, from research and development, acquisition to deployment. The NTIP Compliance Assessment Program conducts comprehensive arms control compliance assessments of these programs and activities. NTIP is also responsible for preparing all DON facilities that may be subject to intrusive international verification measures. In the event of a treaty-related activity such as an Open Skies overflight or a Chemical Weapons Convention challenge inspection, NTIP provides support to the affected Navy or Marine Corps facility or activity to ensure full compliance with all treaty obligations while simultaneously safeguarding national security. NTIP is responsible for DON implementation and compliance with over forty arms control treaties and agreements. However, it should be noted that NTIP is not responsible for implementation and compliance activities associated with New Strategic Arms Reduction Treaty (New START). As a result of the team's analysis, the NTIP acquisition is best defined and/or described in NAICS Code 541990 (All Other Professional, Scientific, and Technical Services) and is hereby recommended as the Primary NAICS Code for the NTIP acquisition. Teaming arrangements, strategic alliances, or other business arrangements to satisfy this requirement are encouraged and welcomed. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Respondents are requested to identify teams, indicating each team member's size status based upon the NAICS code of the work that the team member may be doing. PERIOD OF PERFORMANCE: The current proposed period of performance is estimated to be one (1) base year plus four (4) option years. RESPONSE DEADLINE: Interested sources shall submit a capability package by COB on 17 November 2017 (15 pages or less) containing: 1) company name and address, 2) company point of contact, 3) email address, 4) phone number, and 5) the information requested in the notice description above. Interested contractor must have a Secret Facility clearance. Electronic responses are acceptable if prepared in Microsoft 2007 compatible format. Email electronic responses to Lucas Medlock (email: lucas.medlock@ssp.navy.mil ) with "Sources Sought" in the subject line of the email. NOTE: On August 30, 2017, NTIP hosted an Industry Day to discuss full and open competition for this contract acquisition for SSP NTIP requirement. The slides presented at the industry day are attached to this sources sought notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/N00030-20-Q-0001/listing.html)
 
Place of Performance
Address: At the contractor's facility within reasonable proximity to the SSP Headquarters Building 200 Suite 3900, Washington Navy Yard, Delaware, 20374, United States
Zip Code: 20374
 
Record
SN04731868-W 20171105/171103231242-faee348a7141aeb8e3bb96d1dd2b8cd6 (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.