SOURCES SOUGHT
B -- Open Skies (OS) post-flight assessments imagery support - Draft PWS
- Notice Date
- 3/21/2018
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting 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
- 119OSIS1
- Archive Date
- 4/19/2018
- Point of Contact
- Clint Sade, Phone: 2024338426
- E-Mail Address
-
clint.sade@ssp.navy.mil
(clint.sade@ssp.navy.mil)
- Small Business Set-Aside
- Woman Owned Small Business
- Description
- Draft Performance Work Statement This is a SOURCES SOUGHT notice supporting Market Research. This notice is NOT a Request for Proposal (RFP). No solicitation exists at this time. The Strategic Systems Programs (SSP) seeks a contract on a sole-source basis in accordance with Federal Acquisition Regulation (FAR) Subpart 19.15 with a certified Women Owned Small Business (WOSB) for subject matter expertise regarding Open Skies (OS) post-flight assessments (PFA) products and imagery effectiveness. The anticipated NAICS code for this requirement is 541690- Other Scientific and Technical Consulting Services. The assigned NAICS code is one in which the Small Business Administration (SBA) has determined that WOSB concerns are substantially underrepresented in Federal procurement, as specified on the SBA's Web site at http://www.sba.gov/WOSB and as further defined in FAR Subpart 19.15 - Women-Owned Small Business Program. Therefore, SSP is hereby requesting only qualifying WOSBs (including Economically Disadvantaged Women-Owned Small Business (EDWOSB) concerns) respond to the following market research tool for the collection and analyses of information to determine WOSB/EDWOSB's capability to provide the subject requirement, as stipulated in the attached DRAFT Performance Work Statement. 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 possible RFP. The Government is not obligated and will not pay for any information received from potential sources as a result of this notice. Responses are strictly voluntary. We are only requesting capability statements from potential contractors at this time. Responders should 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 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 provide security clearances, if necessary, to perform efforts within the Performance Work Statement (PWS). REQUIREMENT: Per SECNAVINST 5710.26, the Strategic Systems Programs (SSP) and Director of the Naval Treaty Implementation Program (NTIP) ensures that Open Skies (OS) post-flight assessment (PFA) products are generated following each OS overflight of the United States (U.S.). These products evaluate imagery of Department of the Navy (DON) activities to determine the effectiveness of precautionary measures and provide feedback to activities where a concern may exist. OS overflights of the U.S. are typically conducted by the Russian Federation. The contractor must provide support to NTIP for imagery analysis, consisting of two (2) full-time equivalent (FTE) support personnel for this effort. It is intended that the contractor will be supporting approximately seven (7) to ten (10) overflights per calendar year. However, additional support may be required for another FTE, pending mission requirement changes. Consequently, the level-of-effort anticipated to support this effort is for 3,840 man-hours per year (2 FTEs assuming a burdened 1,920 man-year). An additional 1,920 man-hours/level of effort may also be required or included in the resultant contract per year, if overflight requirements increase. Although NTIP is located within SSP Headquarters in Washington, DC, the primary location for the actual work will be at the Open Skies Media Processing Facility at Wright Patterson AFB, Dayton Ohio. The contractor shall ensure personnel are skilled in imagery analysis for electro-optical digital imagery, infrared, and synthetic aperture radar and that they maintain and keep these skills up-to-date, as technology emerges or changes. PERIOD OF PERFORMANCE: The current proposed period of performance is estimated to be one base year plus four (4) option years, starting in FY 2019. RESPONSE DEADLINE: Interested sources shall submit a capability package by 2 P.M. EST Wednesday, March 4, 2018 within 12 pages or less containing: 1) company name and address, 2) company point of contact, 3) email address, 4) phone number, 5) company capability specifics addressing each task statement within the PWS, 6) a current list of related past performance within the past 5 years. Proposed contractor support must have a SECRET clearance or higher. Electronic responses are acceptable if prepared in Microsoft 2010 compatible format or newer or Adobe PDF. Email electronic responses to the POC listed below with "Sources Sought 119OSIS1" in the subject line of the email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SSP/SSP/119OSIS1/listing.html)
- Place of Performance
- Address: Systems Programs 1250 10th Street, SE, Suite 3600, Washington, District of Columbia, 20374, United States
- Zip Code: 20374
- Zip Code: 20374
- Record
- SN04862393-W 20180323/180321231259-38ab4b7c7a6bd363153c37b030117fee (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 |