SPECIAL NOTICE
99 -- DASA DE&C Security Cooperation Support Services - Contract Modification
- Notice Date
- 7/28/2022 1:19:32 PM
- Notice Type
- Special Notice
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-5001 USA
- ZIP Code
- 21005-5001
- Solicitation Number
- W91CRB-20-C-0026_OY2_Modification
- Response Due
- 8/11/2022 7:00:00 AM
- Point of Contact
- Samantha L. Hannah
- E-Mail Address
-
samantha.l.hannah2.civ@army.mil
(samantha.l.hannah2.civ@army.mil)
- Description
- A modification is required to increase the full-time equivalents (FTEs) on contract W91CRB-20-C-0026 with Sigmatech, Inc. on behalf of the Deputy Assistant Secretary of the Army for Defense Exports and Cooperation (DASA DE&C).� The United States Army intends to modify the current contract to temporarily increase the FTEs for two (2) labor categories solely during option year 2.� This modification is required as a result of additional work being pushed down from Army Headquarters and cloud migration efforts which requires proprietary knowledge to engage with existing contractor employees to further develop the IT systems required by the Government.� The development of these systems is ongoing, and the workload will increase in the upcoming months.� This support will be required temporarily during option year 2 which is set to begin in September 2022. A Justification and Approval (J&A) document will be prepared for this action under the authority of 10 United States Code 3204(a)(1) as implemented in Federal Acquisition Regulation 6.302-1 � Only one responsible source and no other supplies or services will satisfy agency requirements. This contract provides technical, analytical, and administrative support services in support of DASA DE&C and as required, various offices within the Army Staff and/or the Army Secretariat, Program Executive Office/Program Management Office (PEO/PM), Army Major Commands, Joint Staff and DoD agencies. These services include but are not limited to (a) developing, monitoring and assessing Army security cooperation and security assistance strategic plans� (b) security cooperation program policy preparation, (c) technology transfer assessments, (d) maintaining the FMS databases, (e) supporting /utilizing various Title 10 activities, (f) organizing/hosting meetings and outreach activities, (g) strategic planning and analytical services (including research and data analytics) , (h) disclosure/releasability support, (i) policy preparation, (j) drafting disclosure support documentation, (k) review of license requests for the approval to sell or transfer any Department of Defense agency's equipment through the direct commercial sales process, (l) experience in the organizational structure of Army and DOD Security Assistance programs and International Armaments Cooperation program. Awarding a standalone contract to a new firm in the middle of ongoing upgrades/development of Government IT systems would result in substantial duplication of administrative and familiarization training costs to the Government.� Additionally, the current contractor already has FTEs in place and the background knowledge of the IT systems being used for this effort to provide the additional support required for the work being pushed down by Army Headquarters.� Bringing in new employees from a new vendor without the background knowledge required would result in unacceptable delays in this mission critical effort.� The current contractor already has the expertise for continuation of services without disruption for the short period the additional support is needed. This notice of intent is not a request for information.� However, all capability statements received will be considered by the Government.� A determination by the Government not to compete this proposed action based upon responses of this notice is solely within the discretion of the Government. Email responses to Samantha Hannah at samantha.l.hannah2.civ@army.mil and include information about experience and corporate resources to indicate capability of providing these specialized services.� Responses related to this notice must be received by 10:00 AM EST on 11 August 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0f800ec9b9b340a58180eeb3366b8a67/view)
- Place of Performance
- Address: Arlington, VA, USA
- Country: USA
- Country: USA
- Record
- SN06405257-F 20220730/220728230110 (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 |