SOURCES SOUGHT
X -- Summer Series Services HUBZone
- Notice Date
- 2/21/2018
- Notice Type
- Sources Sought
- NAICS
- 561920
— Convention and Trade Show Organizers
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity - PAFB, Florida, 1030 South Highway A1A, Building 989 MS1000, Patrick AFB, Florida, 32925-3002, United States
- ZIP Code
- 32925-3002
- Solicitation Number
- 399-0016B-18
- Archive Date
- 3/17/2018
- Point of Contact
- Mishelle Miller,
- E-Mail Address
-
Contracting_Officers@dodiis.mil
(Contracting_Officers@dodiis.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Sources Sought Notice Request for HUBZone Capability Statements Defense Intelligence Agency Summer Series Services HUBZone: Venue and Simulation 1.Summary of Requirement. The Virginia Contracting Activity (VaCA) is seeking to identify qualified sources that have the ability to meet Government requirements for services for two conferences held each June and August in the National Capital Region by the Intelligence Community (IC) Centers for Academic Excellence (CAE) National Security Analysis and Intelligence. The services are explained in the attached two Statements of Work and are summarized as: base: June and August 2018: simulation (only, not venue) option year 1: June and August 2019: venue and simulation option year 2: June and August 2020: venue and simulation option year 3: June and August 2021: venue and simulation option year 4: June and August 2022: venue and simulation 2.The simulation requirement is: contractor shall develop, deliver and manage a 5-day real-world intelligence simulation scenario to be conducted in two sessions during the June and August 2018 National Security Analysis & Intelligence Summer Seminar: once on Monday, June 11 through Friday, June 15, 2018 and once on Monday, August 6 through Friday, August 10, 2018. 3.The venue requirement is: The two summer seminars allow IC Centers for Academic Excellence university students, in multi-disciplinary areas of interest to the IC, to come together and learn about what it takes to support warfighters, policy makers and senior intelligence leadership. 42 students will attend both sessions of the summer seminars, as well as IC instructors/facilitators and university faculty staff. Meeting and sleeping space is required within the National Capital Region (NCR) for specified dates in June and in August. The specific site venue for each June and August within one calendar year shall be the same, and each calendar year shall have a different NCR location (site A for June and August 2019, site B for June and August 2020, etc.). The contractor shall ensure and handle providing training and lodging facilities, beverages, refreshments and meals during the dates provided and ensuring that DIA finds the venue technically acceptable. 4.A clearance for company employees or the company is not required. 5.Incumbent. This agency currently does not have a direct contract. 6.NAICS and Size Standard. The applicable NAICS code is 561920 Convention and Trade Show Organizers and potential offerors must be currently registered in the System for Award Management (SAM). The set-aside is 100% for a company identified as a HUBZone by the Small Business Administration. 7.Statement of Work. The two draft Statements of Work (SOW) (Attachments 2 and 3) are being made available through this Market Research Request, as they contain sufficient information to permit potential offerors to make an informed decision about whether to participate in this acquisition. 8.Postings on FedBizOpps. This request is a new posting. 9.Voluntary Down-Select. The acquisition will be conducted using the advisory multi-step process pursuant to Federal Acquisition Regulation (FAR) 15.202. The VaCA requests that only potential PRIME offerors submit information. Offerors' viability will be evaluated on the following two factors: Statement of Capabilities and Similar Experience. 10.What to Submit. The page size is to print to a Standard 8.5 x 11-inch paper using Times New Roman, 12-point font, with one inch margins. The file shall be only one, in PDF or Word, and shall be no more than seven pages in its entirety. Do not include a cover page. A generic company brochure will not be reviewed. Do not link to a website; all information must be contained within the attachment itself. Any pages beyond seven will not be reviewed. Title the attachment "Summer Series Services from <Company Name>". A.Statement of Capabilities This section is limited to four pages. Include the Offeror's company information using the template contained in Attachment 1A. You must provide the information requested; the format is not important. The Government will evaluate each Offeror's Statement of Capabilities based on their ability to demonstrate a broad understanding of conference/seminar services and simulation services, the Intelligence Community, and the CAE (42 universities). B.Similar Experience This section is limited to three pages. Include the Offeror's experience using the template contained in Attachment 1B. You must provide the information requested; the format is not important. Any information provided by the Offeror's referenced customers is subject to verification/validation by the Government during the evaluation process. The Government will evaluate each Offeror's Similar Experience and will examine the Offeror's efforts to determine the extent of experience the Offeror has with programs similar in size, scope and complexity as envisioned by program. Offerors with significant experiences with programs of similar size, scope, and complexity may be looked upon as more viable competitors. 11.How to Submit. The Offeror's response shall be submitted via email to the attention of Ms. Mishelle Miller, Contracting_Officers@dodiis.mil no later than 10:00 am 02 March 2018. Use the Notice title in the subject line. 12.Point of Contact. The Government Contracting Officer Point of Contacts for any questions or concerns in regards to this notice is Ms. Mishelle Miller, Contracting_Officers@dodiis.mil. No telephone calls will be accepted. Use the title of this Notice for the email's subject line. Do not use any other email address nor method unless specifically directed. Communication with individuals not in acquisitions may be a violation of the Procurement Integrity Act. 13.Non-Governmental Personnel. VaCA plans to use non-government personnel in support of this acquisition pursuant to FAR Subpart 37.2 Advisory and Assistance Services. This pre-solicitation 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: Mr. Xavier Hernandez, Ms. Karen Blum, and Ms. Laura Walsh-Steinman, government contractor under an Advisory and Assistance Services Contracts held by prime contractor E3 via subcontractor Government Contracting Solutions (GCS), a wholly owned subsidiary of PSS, 8251 Greensboro Drive, Suite 500, McLean, VA 22102. POC: Mr. Gary Polston, Email: gpolston@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)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/DIAFL/399-0016B-18/listing.html)
- Place of Performance
- Address: Washington, District of Columbia, United States
- Record
- SN04829507-W 20180223/180221231248-b213bcd44dcd4d84337833be70ccb431 (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 |