Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2018 FBO #6028
SOURCES SOUGHT

R -- ANTITERRORISM SPECIALIST - DRAFT PWS

Notice Date
5/24/2018
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 6515 Integrity Court, Building 4310, Aberdeen Proving Ground, Maryland, 21005-3013, United States
 
ZIP Code
21005-3013
 
Solicitation Number
W91CRB-18-R-0046
 
Archive Date
6/22/2018
 
Point of Contact
Nadene A. Roye, , Sabrina Cosom,
 
E-Mail Address
nadene.a.roye.civ@mail.mil, sabrinna.r.cosom.civ@mail.mil
(nadene.a.roye.civ@mail.mil, sabrinna.r.cosom.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SEE ATTACHED DRAFT PWS SOURCES SOUGHT TECHNICAL DESCRIPTION FOR ANTITERRORISM SPECIALIST INTRODUCTION The Army Contracting Command (ACC), Aberdeen Proving Ground MD is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for an Antiterrorism (AT) Specialist. The intention is to procure these services on a competitive basis. DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. 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. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The US Army Acquisition Support Center (USAASC), a Direct Reporting Unit (DRU) under the Assistant Secretary of the Army for Acquisition, Logistics, and Technology (ASA(ALT), is designated as the Antiterrorism Program Support Specialist. In accordance with these assignments, provides the following, See Attached Draft PWS. REQUIRED CAPABILITIES The Contractor shall provide See Attached Draft PWS services in support of the areas specified in Program Background. Further detail is provided in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. SPECIAL REQUIREMENTS: SEE ATTACHED DRAFT PWS ELIGIBILITY The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $15,000,000. The Product Service Code is R423. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) and draft Personnel Qualifications Description are attached for review. Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 2 pm, EST 7 June 2018. All responses under this Sources Sought Notice must be e-mailed to Nadene.a.roye.civ@mail.mil. This documentation must address capabilities statements and include the following information: 1.) Vendor's business name, point of contact, address, CAGE code and DUNS number. 2.) A statement or explanation of the company's background, technical expertise, experience, staffing, and other capabilities that demonstrate the company's ability to perform the required services identified in the PWS. 3.) Can or has your company manage a task of this nature? If so, please provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PWS for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUB Zone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. 9.) What other contract vehicles do you have that offer these types of services? Please provide contract number and vehicle name. The contract type is anticipated to be Firm Fixed Price (FPP). Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Nadene Roye, in either Microsoft Word or Portable Document Format (PDF), via email Nadene.a.roye.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/64f571bc387f4800806a9519aadcae9d)
 
Record
SN04933299-W 20180526/180524230408-64f571bc387f4800806a9519aadcae9d (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.