SOURCES SOUGHT
R -- DEFENSE SCIENCE BOARD MULTI-STUDY SUPPORT SERVICES
- Notice Date
- 2/3/2025 7:36:21 PM
- Notice Type
- Sources Sought
- NAICS
- 541
— Professional, Scientific, and Technical Services
- Contracting Office
- WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
- ZIP Code
- 203011000
- Solicitation Number
- JJT020320251017
- Response Due
- 3/5/2025 8:00:00 AM
- Archive Date
- 03/20/2025
- Point of Contact
- Brandon Johnson, Jimmie Toloumu, Phone: 5712328259
- E-Mail Address
-
brandon.n.johnson24.civ@mail.mil, jimmie.j.toloumu.civ@mail.mil
(brandon.n.johnson24.civ@mail.mil, jimmie.j.toloumu.civ@mail.mil)
- Description
- Defense Science Board Multi-Study Support Services Introduction: The Washington Headquarters Services, Acquisition Directorate (WHS/AD) is seeking information from potential contractors who can provide the Defense Science Board (DSB), Multi-Study Support Services as defined in the draft Performance Work Statement (PWS). The intent of this RFI to gauge industry interest, capabilities, and relevant experience to support the DSB, Office of the Undersecretary of Defense for Research & Engineering (OUSD (R&E)). The Government encourages responses from �all� interested, capable sources including small business concerns (8(a) Certified concerns, Historically Underutilized Business Zone (HUBZone) concerns, Service-Disabled Veteran-Owned Small Businesses (SDVOSBs), Women-Owned Small Businesses (WOSBs) and Economically Disadvantaged Women-owned Small Businesses (EDWOSBs)) are encouraged to respond to this notice. Small businesses are defined based on the size standard associated with the NAICS code. For more information, visit: https://www.sba.gov/document/support-table-size-standards, and check your size using the SBA Size Standards Tool: https://www.sba.gov/size-standards/index.html. The Contracting Officer will use the responses received from this notice to determine the appropriate acquisition strategy such as, if it is appropriate to either solicit as a small business set-aside or an unrestricted competition through SAM.gov or an indefinite-delivery/indefinite-quantity (IDIQ) government wide contract vehicle. The Contracting Officer must determine if there is a reasonable expectation of obtaining offers from two or more responsible small business concerns that are competitive in terms of market prices, quality, and delivery in accordance with FAR 19.502-2(b) and FAR 19.203. If at least two (2) qualified small businesses are identified during this market research stage, any competitive procurement that may result will be conducted as a small business set-aside. When responding please also include any capabilities that will be performed through teaming arrangements (i.e., subcontracting and/or joint ventures). Background: The DSB advises the Secretary of Defense, the Deputy Secretary of Defense, the USD(R&E), and the Chairman of the Joint Chiefs of Staff on scientific, technical, manufacturing, and other matters of special interest to the Department of Defense (DOD). The Board consists of 40 members and another 40-60 task force members and consultants. The DSB conducts studies that focus on a study subject and provide independent advice and recommendations to USD(R&E) or other senior DOD sponsors. The DSB is notionally expected to conduct multiple focused studies per year which addresses topical areas and are executed on a specified timeline (approximately 15 months). The DSB will typically conduct, annually, a total of seven (7) to ten (10) two-day meetings for each study. The purpose of these meetings is to gather information as a basis for the development of findings and recommendations and to help facilitate overall DSB activities. The objectives of this acquisition are the procurement of professional information technology (IT), analytical, and administrative support services to include the tasks of planning, preparation, execution, administrative support, logistics, documentation, and conclusion for the various DSB studies, as well as IT support to the DSB. These studies are usually classified. The contractor will support the planning and conduct of each meeting, and coordinate at senior levels across the DoD enterprise and U.S. government. Many of these meetings will require access to a Contractor-provided Sensitive Compartmented Information Facility (SCIF) at the TS/SCI level. Work will be primarily at Contractor facility(s) and onsite meetings at various Government locations in the National Capital Region (NCR). Procurement History for Similar Services: This requirement has previously been procured via contract HQ003417D0003 which was competed among contract holders on 24 July 2020. Science Applications Internation Corporation is the incumbent on this requirement under Task Order HQ0034-20-F-0572. Anticipated Contract Award Date: July 1, 2025 Anticipated Contract Start Date: Targeted Period of Performance is July 1, 2025, through June 30, 2030, which encompasses a twelve-month base period and four twelve-month option periods. Estimated Value: The acquisition has an estimated dollar value range of $12 million to $18 million. Anticipated North American Industry Classification System (NAICS) code: The anticipated NAICS Code for this requirement is NAICS Code 541990: �All Other Professional, Scientific, and Technical Services� with a size standard of $19.5M. However, if you believe a different NAICS code is more suitable, you may propose an alternative code and provide a clear rationale to support your suggestion. Anticipated Product Service Code: R499, Support � Professional: Other Please review the attached document carefully, ensuring that all necessary administrative details and questions related to this RFI/Sources Sought Notice are thoroughly examined and addressed. Response Guidelines: Please respond to this RFI by March 5, 2025, at 11am EST to allow for timely evaluation and consideration of your company's capabilities. Responses should be submitted electronically to brandon.n.johnson24.civ@mail.mil and jimmie.j.toloumu.civ@mail.mil Please limit your response to 5 pages and use the following format: Text � Text shall be at least single-spaced, 12-point font size in Times New Roman, on 8 1/2 x 11-inch paper, with a minimum one-inch margin all around. Text and graphics portions of the electronic copies shall be in a format readable by Microsoft (MS) Office 2010 or Adobe Acrobat version 10, text in graphics shall not be smaller than 10-point font size, and text in tables shall not be smaller than 11-point font size. Data submitted in spreadsheet format shall be readable by MS Excel 2010. Note: to adhere to page limitations, imbedded hyperlinks will NOT be accessed for review and or evaluation. Contact Information: Point of Contact: Brandon Johnson Email: brandon.n.johnson24.civ@mail.mil Alternate Point of Contact: Jimmie Toloumu Email: jimmie.j.toloumu.civ@mail.mil Note: This RFI is not a solicitation, and the WHS/AD is not obligated to award a contract as a result of this RFI. The WHS/AD reserves the right to cancel or modify this RFI at any time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4eb098e3d01245fa989de4a8283e6939/view)
- Place of Performance
- Address: Washington, DC 20301, USA
- Zip Code: 20301
- Country: USA
- Zip Code: 20301
- Record
- SN07331238-F 20250205/250203230049 (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 |