Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 24, 2004 FBO #1063
SOURCES SOUGHT

R -- Treaty Management Support

Notice Date
10/22/2004
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, VA, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
Reference-Number-OSA050001269
 
Response Due
11/19/2004
 
Description
The Defense Threat Reduction Agency (DTRA) seeks information as to potential sources to provide analytical and technical services. This is a SOURCES SOUGHT SYNOPSES; there is no solicitation available at this time. No response will be provided for requests for a solicitation. THIS SOURCES SOUGHT SYNOPSIS IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. The Arms Control Interagency Liaison Division, On-Site Inspection Directorate, Defense Threat Reduction Agency, has a requirement to obtain analytical and technical services to support the Office of Treaty Compliance (TC), Office of the Under Secretary of Defense (Acquisition, Technology and Logistics (OUSD(AT&L)) in the execution of its arms control implementation and compliance responsibilities. A broad range of extensive technical, scientific, and strategic and conventional weapons arms control expertise is required for TC to accomplish the following: original research and analysis of arms control issues and DoD Research, Development, Testing, and Evaluation (RDTE) and acquisition programs to ensure compliance with relevant treaty obligations; plan for and monitor the implementation of new arms control agreements; provide guidance to DoD elements/agencies; assess arms control issues and their potential impacts; and update, maintain, and manage the DoD treaty implementation and compliance database. Contract tasks may include:  collecting, maintaining, and updating a database containing information relevant to treaty compliance activities, to include maintaining primary source data and expertise required to evaluate the applicability of material and determine proper cataloging;  analyzing documentation, data, and other products to determine/evaluate/assess current and potential treaty obligations and the status of implementation and compliance actions as they relate to DoD programs and activities;  reviewing, analyzing and assessing program acquisition documentation, relevant treaty provisions, negotiation records, negotiation forum agendas, etc.;  providing education, technical, and instructional services and products (i.e., briefings, presentations, etc.);  performing original research, computer modeling, and technical analyses on compliance issues, including defining program/arms control objectives/requirements/alternatives, technology assessments/forecasts, weapon system/component performance, industrial base assessments/forecasts, or verification assessments/analyses;  performing research and analysis to support various Implementation Working Group meetings, reviewing Service/Agency implementation obligations and plans, drafting briefing or planning guidance;  providing information management support and archive administration for accessing, retrieving and using historical records and data on arms control negotiations, implementation and compliance, to include providing on-site network and database administration and maintenance that may require installation, operation and maintenance of Government-furnished computers, software, devices, etc., and web site support services;  providing workshop and meeting support, to include planning, coordination, administration, and technical tasks, as well as providing facilities cleared for classified discussions up to the SECRET level. The Contractor must be located in the National Capital Region to be able to respond to short-notice requirements (i.e., less than two hours) to participate in meetings in the Pentagon or nearby vicinity. Contractor personnel may be required to periodically travel outside the National Capital Region, to include overseas travel. The Contractor must have a TOP SECRET facility clearance with procedures for receipt, storage and generation of classified material up to TOP SECRET. Key management personnel, along with all computer, technical, and engineering personnel performing work on this contract, must possess at least a SECRET clearance; some individuals may require TOP SECRET security clearances with Sensitive Compartmented Information access. DTRA?s intent is to award a single cost-plus-fixed-fee contract for performance of these services. It is anticipated that the period of performance for this contract is one (1) base year, four (4) one-year options, and one (1) additional six (6) months period in accordance with FAR 52.217-8, Option to Extend Services. This SOURCES SOUGHT SYNOPSIS is NOT a Request for Proposals (RFP); it is a market research tool being used to determine the availability of sources prior to issuing an RFP. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT SYNOPSIS. Any information submitted by respondents as a result of this synopsis is strictly voluntary. This synopsis is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. Prospective suppliers are requested to provide company literature and/or provide a capability summary not to exceed five (5) pages in length describing their relevant corporate experience providing these types of services as identified above. Please include a point of contact's name, phone number, and email address. All information submitted in response to this synopsis shall be received no later than 4:00 PM EST, on November 19, 2004 to both email addresses: Carmen.Rios@dtra.mil and Laurie.Hull@dtra.mil. Telephone responses are not acceptable. All documentation shall become the property of the Government.
 
Record
SN00698226-W 20041024/041022212255 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.