Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2022 SAM #7407
SOURCES SOUGHT

99 -- DIU Scientific, Technical and Programmatic Subject Matter Expertise (SME) Sources Sought

Notice Date
3/10/2022 1:23:50 PM
 
Notice Type
Sources Sought
 
Contracting Office
GSA FAS AAS REGION 7 FORT WORTH TX 76102 USA
 
ZIP Code
76102
 
Solicitation Number
47QFWA21S0026
 
Response Due
4/10/2022 1:30:00 PM
 
Archive Date
08/31/2022
 
Point of Contact
Loren Kolba, Phone: 8173435521, Will Williams, Phone: 8172239463
 
E-Mail Address
loren.kolba@gsa.gov, lavaughn.williams@gsa.gov
(loren.kolba@gsa.gov, lavaughn.williams@gsa.gov)
 
Description
Purpose: The General Services Administration (GSA) Assisted Acquisition Service (AAS) Region 7 is providing advanced notice of an upcoming opportunity to provide scientific, technical, and programmatic Subject Matter Expert (SME) support services on behalf of the Defense Innovation Unit (DIU).� The purpose of this notice is Multi-faceted: to provide advanced notice of this requirement to the vendor community in order to better support vendor planning and prioritization efforts through early engagement; to enable any and all capable vendors to submit to the GSA their expressions of affirmative interest in supporting this requirement, which supports: a more robust competitive solicitation process; selection of the most appropriate contractual vehicle; selection of the most appropriate and effective evaluation methodology; and to enable the vendor community to understand GSA AAS Region 7�s processes so as to promote greater transparency into upcoming projects, methodologies, and processes. The Defense Innovation Unit (DIU) strengthens America�s national security by accelerating the adoption of commercial technology throughout the military and by growing the national security innovation base. DIU partners with organizations across the Department of Defense (DoD), from the services and components to combatant commands and defense agencies, to rapidly prototype and field advanced commercial solutions that address national security challenges. GSA AAS provides custom acquisition, project, and financial management support services to federal agencies, including the DIU.� GSA AAS is conducting this acquisition on behalf of the DIU, supporting the full acquisition lifecycle in support of the DIU�s core mission activities. Anticipated Scope: The scope of this work will be to provide SME, engineering, and technical support services across the breadth of DIU�s services and capabilities, including Artificial Intelligence/Machine Learning, Autonomous Systems, Human Systems, Information Technology, Cyber, Advanced Energy & Materials (AE&M), Space Technology, Acquisition Support and Business Operations.� There are eight (8) specific tasks inherent in this support effort: Task 1: Program Management: �The Vendor shall provide all labor, facilities, and non-Government Furnished Equipment (non-GFE) to successfully complete all Operations &Maintenance (O&M) and/or Research &Development (R&D) tasks that support the management of task order activities Task 2: Artificial Intelligence/Machine Learning Support Task 3: Autonomous Systems Support Task 4: Human Systems Support Task 5: Information Technology Support:� The Contractor shall provide technical and engineering support to deliver enterprise IT solutions Task 6: Space Technology Support: �Contractor shall provide technical, analytic, and management support to ongoing and emerging priorities in space defense technology. �All Contractor personnel for this task must possess TOP SECRET clearances with SCI eligibility. Task 7: Business Operations Support: �Contractor shall provide advice and assistance in support of the development, administration, and implementation of business strategies. Task 8: Acquisitions Support: �Contractor shall provide outreach, liaison, and business development support to Portfolio Directors, senior officials and stakeholders, and representatives from technology communities of interest. �Personnel supporting this task must be able to obtain and maintain a Secret clearance at a minimum. Anticipated Work locations: This effort is anticipated to require support within the following geographical locations: Mountain View, CA; Boston, MA; Austin, TX; Washington DC National Capital Region (NCR); Camp Smith / Joint Base Pearl Harbor Hickam, HI; HQ USAFRICOM, Kelley Barracks, Germany; USFK HQ, South Korea; USFJ HQ, Japan; other sites as directed by the Government. Anticipated Magnitude: The magnitude of this work, based upon contractual history extrapolated into the future is anticipated to be: $10M per year 35 � 40 Full Time Equivalent (FTE) per year Anticipated Period of Performance (PoP): The anticipated PoP of this requirement is: 09/01/2022 � 08/31/2023 (Base) 09/01/2023 � 08/31/2024 (Option 1) 09/01/2024 � 08/31/2025 (Option 2) 09/01/2025 � 08/31/2026 (Option 3) 09/01/2026 � 08/31/2027 (Option 4) Anticipated Evaluation Methodology: The anticipated evaluation methodology will be a best value selection, using trade-off between technical aspects and pricing aspects of each firm�s response to the solicitation.�� History: DIU is currently receiving support services through three (3) separate task orders which were awarded by the Federal Systems Integration and Management Center (FEDSIM), a GSA Agency, as hybrid Firm Fixed Price (FFP) and Cost Reimbursable (CR) task orders on Blanket Purchase Agreements (BPA) against GSA Multiple Award Schedule 47QRAA19D00CN.� The periods of Performance (PoP) expiration dates of these three task orders are 03/31/2022, 02/28/2022, and 03/29/2022, respectively. GSA AAS Region 7 received the requirement in the fall of 2021 and, in order to provide unbroken support to this critical mission during the recompete, awarded a �bridge� task order on 03/01/2022 to Riverside Research Institute (contract number 47QRAA19D00CN / task order number 47QFWA22F0012).� The �bridge� task order runs from 03/01/2022 through 08/31/2022 in order to provide unbroken support for this work during GSA AAS Region 7�s period of market research, solicitation and award. Expressions of Interest: Vendors interested in this upcoming opportunity may submit their expressions of interest to the GSA Contracting Officer (CO) and Project Manager (PM) by providing a response that includes the following information, limited to no more than two (2) pages.� Vendor Name Vendor Address Vendor Contractual Point of Contact Name of any Best in Class (BIC) Contractual Vehicles held and associated Contract Numbers Name of any Joint Ventures (JVs) or Contractor Teaming Arrangements (CTAs) Name of any Best in Class (BIC) Contractual Vehicles held by JVs and CTAs and associated Contract Numbers List of Items or considerations that would make your firm more likely to bid on this requirement List of Items or considerations that would make your firm less likely to bid on this requirement Capabilities, skills, technical aspects that should be considered as evaluation factors or considerations to support the selection of the most capable firm to specifically support the requirements listed above Description of your firm�s capacity to support a requirement of this magnitude Description of your firm�s capacity to field personnel with TS/SCI clearances or obtain cleared personnel to support this work effort General description of your firm�s support on behalf of similar requirements in the past The vendor�s expression of interest response shall be in the form of an email entitled �DIU SME FY22 Expression of Interest : Vendor Name� Please note that GSA AAS Region 7 is not seeking generalized �marketing� materials or generalized emails in response to this notice, but specific responses that address the items indicated above in order to precisely understand vendor capabilities, contractual vehicle capacities, and intent to provide a solicitation response to this specific requirement.� Generalized marketing materials or responses that do not address the specific items described above, or which do not bear the email title described above, will not be considered in the market research phase of this acquisition. Follow-On Actions: Based upon responses received in response to this notice, GSA AAS Region 7 intends to hold a pre-solicitation conference in late Q3 of 2022 for the purposes of more precisely discussing the scope, selected follow-on contractual vehicle selection and competitive nature of the proposed solicitation, evaluation methodology and best-value selection process, anticipated milestone dates, and vendor Question and Answer (Q&A). �Note that at this time, GSA AAS Region 7 is not requesting vendors to provide questions, but only to supply an expression of interest in the format requested above. Vendors are responsible for properly marking and clearly identifying proprietary information or trade secrets contained within their response.� The Government will not be liable for, or suffer any consequential damages for any proprietary information not properly marked and clearly identified. Information provided shall be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b2a4b40fda545a592c7965be44bb2cc/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06264084-F 20220312/220310230112 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.