Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2020 SAM #6700
SOURCES SOUGHT

R -- Cooperative Biological Engagement Support (CBES)

Notice Date
4/1/2020 7:58:52 AM
 
Notice Type
Sources Sought
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
 
ZIP Code
21010-5424
 
Solicitation Number
W911SRSSCBES
 
Response Due
4/16/2020 11:00:00 AM
 
Archive Date
05/01/2020
 
Point of Contact
Sheila Ramos, Nicholas Granata Jr.
 
E-Mail Address
sheila.l.ramos2.civ@mail.mil, nicholas.granata.civ@mail.mil
(sheila.l.ramos2.civ@mail.mil, nicholas.granata.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR COOPERATIVE BIOLOGICAL ENGAGEMENT SUPPORT (CBES) EFFORT INTRODUCTION The United States Army Contracting Command � Aberdeen Proving Ground, Edgewood Contracting Division (ACC-APG ECD), on behalf of the Combat Capabilities Development Command�s, Chemical Biological Center (CCDC CBC), is issuing this sources sought synopsis as a means of conducting market research to identify certified Small Businesses having an interest in and the resources to support the requirement for the broad expansion and standardization of Threat Reduction Networks (TRN�s) and country engagement activities as indicators of increased regional and national capacity, which will include facilitation and event planning support for Table Top Exercises, discussion-based seminars, workshops and other training activities and events. �The intention is to procure these services on a competitive basis BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE� It is anticipated effort will primarily consist of approximately 75% international work and the �Outside the Continental United States (OCONUS)� locations are anticipated to consist of Government On-Site facilities. 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 CCDC CBC, is designated as the lead technology developer and program integrator in support of the Cooperative Biological Engagement Support (CBES) efforts since 2014, which supports collaborative engagements involving organizations such as the Centers for Disease Control (CDC) and the Federal Bureau of Investigations (FBI). CCDC CBC has conducted events and provided support in Azerbaijan, Georgia, Malaysia, Shana, Cameroon, Senegal, Thailand, Philippines, Lao, and Cambodia. CCDC CBC frequently works with numerous agencies that deal with the bioterrorist threat in the U.S. and abroad. Furthermore, CCDC CBC has established relationships with major stakeholders at the local, state, private and federal levels by working on various operational and science and technology programs designed to improve capabilities to respond to bioterrorist attacks. This critical collaboration enhances the efficiency and synergy in the U.S. Government�s biodefense and disease surveillance effort. In accordance with these assignments, CCDC CBC provides the following: a. Supports the planning, design, logistics, execution, assessment, and improvement of in-country threat reduction networks and their related activities that mitigate area-specific priority pathogens of security concern, b. Provides support to TRN, which include the operationalization of potential networks through the development of objectives that provide threat reduction outcomes, plan, design and facilitate activities that connect researchers and health implementers from partner countries, c. Supports inter and intra TRN communication and outreach with other networks, national, regional governmental organizations, individuals, d. Advises of locations and venues that meet objectives for TRN events/training activities, e. Works with in-country partners to develop training plans and schedules, f. Prepares planning documents for TRN activity execution, g. Drafts event materials to include � fact sheets, participant guides, presentations, preparation read- ahead materials, and final reports, h. Provides emergent country engagements and engagement support i. Provides emergent science and technology support, j. Supports county activity implementation and logistics. REQUIRED CAPABILITIES The Contractor shall provide the implementation of strategies for biosafety, biosecurity, bio surveillance, and cooperative research capacity building throughout collaborative engagements in all� Areas of Operation (AOR), (b)� planning, design, logistics, execution and assessment of in-country threat reduction networks and their related activities that mitigate area-specific priority pathogens of security concern, (c) develop and implement processes to monitor, evaluate, and improve Threat Reduction Network (TRN) schemes for better network connectivity, transition opportunities with country engagement teams, (d) advise on locations and venues that meet objectives for TRN/event training activities, (e) create, maintain and prepare planning schedules and documents for TRN activity execution, (f) drafting event materials such as fact sheets, participant guides, presentations, and final reports in support of the areas specified in Program Background (above). Further detail is provided in the draft Performance Based 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; event 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: Personnel and Facility Security Clearances. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a SECRET LEVEL Facility Clearance and a Common Access Card (CAC) and shall be active at time of contract award. ELIGIBILITY The applicable NAICS code for this requirement is 541715 � �Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)� with a Small Business Size Standard of 1,000 employees. The Product Service Code is R429 � �Support Professional: Emergency Response, Disaster Planning and Preparation�. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) is attached for review. (Attachment 1) 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, Eastern Daylight Time (EDT), 16 April 2020. This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3) Provide details of international partnerships and established international relationships. 4) Provide experience with international travel and the ability to respond rapidly to unexpected Continental United States (CONUS) and Outside the Continental United States (OCONUS) travel. 5.) Can or has your company managed a team of subcontractors before? If so, provide details. 6.) What specific technical skills does your company possess which ensure capability to perform the tasks? 7.) 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 Period of Performance of 12 months. 8.) Provide a statement including current small/large business status, company name and address, CAGE, Tax Identification numbers and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 9.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 10.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of one 12 month Period of Performance with performance commencing in July 2020. The contract type is anticipated to be a Cost plus Fixed Fee (CPFF). 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, Eastern Daylight Time (EDT), 15 April 2020. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Sheila Ramos, in either Microsoft Word or Portable Document Format (PDF), via email Sheila.l.ramos2.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 or the Contracting Officer at Nicholas.granata.civ@mail.mil. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/9a2ad0bbc21b4e468e140f2cd60c6f93/view)
 
Record
SN05607720-F 20200403/200401230148 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.