Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2008 FBO #2496
SOLICITATION NOTICE

R -- Request for Information (RFI) for Advisory and Assistance Services and Scientific, Technical Engineering and Technical Assistance (CAAS/SETA) for the National Measurement and Signature Intelligence (MASINT) Committee (MASCOM).

Notice Date
9/24/2008
 
Notice Type
Modification/Amendment
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
20091001
 
Response Due
9/30/2008 2:00:00 PM
 
Archive Date
10/15/2008
 
Point of Contact
Melanie Y. Moore,, Phone: 703-907-0420
 
E-Mail Address
melanie.moore@dia.mil
 
Small Business Set-Aside
N/A
 
Description
SUBJECT: (U) Request for Information (RFI) for Contract Advisory and Assistance Services and Scientific, Technical Engineering and Technical Assistance (CAAS/SETA) for the National Measurement and Signature Intelligence (MASINT) Committee (MASCOM). 1. (U) INTRODUCTION (U/FOUO) It is the Virginia Contracting Activity (VACA) intent to obtain information pertaining to the state of the industry for providing: Technical Assistance; Publication processes; Communication support; and Meeting, Conference, and Workshop support to the Defense Intelligence Agency in its role as a participant in the MASCOM. 2. (U) PURPOSE (U) This document serves as the RFI of the VACA contractor community pursuant to FAR 15.201(e) “Exchange with industry before receipt of proposals”. Responses to this RFI will be assessed to identify sources that are considered best qualified to meet future requirements. Best qualified sources are those sources which demonstrate the greatest depth and breadth of skills, experiences and knowledge relevant to the mission, goals, and objectives of the VACA. 3. (U) BACKGROUND a. (U) The VACA seeks capability statements from qualified businesses to provide information in support of the MASCOM for providing a technical expert to review agendas, participate in and provide follow-up analysis of activities/topics that come before the MASCOM. b. (U) The selectee shall also provide support, assistance, and technical advice for the efficient and effective management and operation of MASCOM activities. This support may take the form of technical advice, assistance, and training with the selectee applying technical disciplines to support the MASCOM Chairman. 4. (U) ANTICIPATED SCOPE OF WORK The DIA’s Request For Proposal (RFP) will establish requirements in the following areas: a. (U) Website Presence/Analytic and Editorial Support: The provisioning of editorial and Web support for MASCOM Products. This will include portal administration and the development and maintenance of briefings and written reports. b. (U) MASINT Communications: The assistance in the end-to-end planning and production of MASCOM monthly electronic communications to include the coordination of MASINT Committee Communications. c. (U) MASINT Committee Assistance: The preparation for the conduct of two MASCOM meetings each month. This includes developing of agendas, scheduling of briefings, preparing read-ahead materials, operating audio-visual equipment and setting-up conference rooms, preparing draft meeting minutes. In addition, the maintenance of a list of action items, assistance in coordinating MASCOM activities (visits, meetings, etc.), tracking feedback, drafting correspondence, and collecting and disseminating Committee relevant news. The following are optional requirements, and will be acquired based Government needs and availability of funding: d. (U) Analysis and Evaluation Support; The provisioning of assistance to the MASCOM for the evaluation of current MASINT technologies; focusing on levels of technological maturity of MASINT systems and an analysis of short-term technical trends. e. (U) Analysis and Evaluation Support: The performance of evaluations on current MASINT Programs to define the current collection posture of all MASINT activities, identification of any substantial program gaps, analysis of budget trends, make actionable programmatic recommendations. f. (U) MASINT R&D Reviews: Providing assistance to the MASCOM staff in their review of the proposed fiscal year R&D Program as part of the MASCOM responsibility to advise the DNI, DR/DIA and the IC on R&D priorities and on future MASINT programs. g. (U) MASINT Policy Reviews: Conducting reviews of current government intelligence policy that is directly applicable to MASINT activities. h. (U) Technical/Engineering Support: Support the MASCOM in its evaluations of current and prospective technical collection capabilities. i. (U) National MASINT Requirements Technical Assistance: Providing technical assistance in the form of daily staffing of requirements for review and validation by the requirements subcommittee. (U) To accomplish these base and option requirements, contractor personnel should have, at a minimum, 5-7 years experience within the MASINT disciplines and Intelligence Community. 5. (U) INFORMATION DESIRED (U) It is requested that interested and qualified sources respond with a capability synopsis broken into the following sections: a. (U) Relevant Corporate Knowledge/Experience: (1) (U) Identify no more than five (5) relevant contracts held within the last five years. For each contract identify: (a) (U) The contract number and awarding agency/office; (b) (U) the Full Time Equivalents (FTEs) provided; (c) (U) the subcontractors that were on the team and there % of participation; and (d) (U) the name, address, commercial phone number, classified and unclassified e-mail addresses of the contract officer and the contracting officer’s representative. (2) (U) Describe the specific nature of the support provided and explain why it is relevant. (3) (U) Describe how corporate knowledge/experience gained through contract performance could be a benefit to the VACA in the future. Note: Any other specific and relevant information about this particular area of interest that would improve the consideration and evaluation of the information presented is desirable. Interested organizations must demonstrate and document, in any capability statements submitted, extensive experience with and the ability to perform the above tasks. b. (U) For relevant employee skills/experience address the following: (1) (U) Identify and describe specific skills and experience of its employees that are relevant to the mission of the VACA. (2) (U) Describe why skills and experiences are relevant. (3) (U) Describe how employee skills and experience could benefit DIA’s mission in the future. c. (U) For personnel availability describe the availability of a minimum of fifteen TOP SECRET/SI/TK-cleared personnel meeting the requirements of DCID 6/4 eligibility and possessing skills needed to fulfill these requirements. Synopsized resumes, no longer than one page in length, should be used. Individuals’ names are not required to be on the resumes. Resumes will not count against the total page count. d. (U) Potential Teaming Arrangements (if applicable) (1) (U) Describe whether the company would intend to fulfill the subject requirement alone, or whether a teaming arrangement would be anticipated (the Government recognizes that one contractor may or may not possess all the necessary knowledge, skills, and experience needed to fulfill future Statement of Work objectives). If knowledge, skills or other expertise may be obtained through teaming arrangements, it is sufficient to describe the additional expertise gained through the teaming but the team members need not be identified. (2) (U) Explain how knowledge or experience gained through teaming will benefit the DIA. e. (U) Identify any known, or potential, organizational conflicts of interest (OCI) that may result from a successful offer, and briefly describe how the OCI will be mitigated. f. (U) Recommended Source Selection Criteria and solicitation comments (response to this section is optional) maybe provided to address any or all of the following: (1) (U) What contract type does the contractor recommend for acquisitions that will fulfill this type of requirement in the future. (2) (U) What are recommended for evaluation criteria (solicitation Section M) for award of contract(s) resulting from this requirement. (3) (U) What approaches are recommended for motivating performance. g. (U) Information on the following topics: (1) Experience working on current state of ground sensor systems including seismic, acoustic, magnetic, electro-optical, infra-red (EO/IR), Radio Frequency (RF), and electromagnetic (EM) areas of the spectra. (3) Experience in the use of data to create ESRI-compatible GIS outputs for visualization and analysis from given inputs (sensors, testing data, ground truth, etc). (4) Past or current work in the creation of test reports, test plans, and other associated RDT&E support documentation with respect to ground sensors. (5) Experience in working with the current state of art to design and implement data storage, data analysis, signature extraction, and identification via automated analytical tools. (6) Experience in working with the current state of sensor and system testing in a representative environment. 97) Experience and approaches for emplacing and enabling a ground based family of sensors in a remote area. 6. (U) ANTICIPATED ACQUISITION MILESTONES (U) Should the Government decide to award a contract, it will be subject to the availability of FY 09 funding. 7. (U) SUBMITTAL INSTRUCTIONS a. (U) All capability statements submitted in response to this RFI are to be received no later than 1400 Eastern Standard Time (EST) on 30 Sep 2008. To aid the Government review, submissions are limited to no more than 20 pages. Synopsized resumes will not count against the page limitation. A page is defined as each face of a 8-1/2 x 11 inch sheet with information contained within an image area of 7 x 9 inches. Type size shall be a 12-point proportional font. Briefings and/or briefing charts in lieu of written responses are not desired. Tables, charts, graphs, diagrams and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed 8-1/2 x 11 inches. Foldout pages shall not be used. For tables, charts, graphs and figures, the text shall be not smaller than 12-points. Elaborate formats, bindings or color presentations are not required. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are not required nor are they desired. Classified responses are acceptable but not required. Respondents should provide their responses in softcopy form. Respondents should provide one softcopy submission. b. (U) This notice is for information and planning purpose only and does not commit the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government use. Any proprietary information should be so marked. Interested bidders presenting a capability statement must provide the following: 1) company name and address; 2) point of contact; 3) phone/fax/email; 4) NAICS Codes, 5) business size and status, type of small business if applicable (e.g. 8(a), women-owned, HUB Zone Small Business, etc.) and 6) capability information in response to the requirement. c. (U) Hand carried/delivered : N/A 8. (U) BIDDERS CONFERENCE (U) The government does not intend to conduct a Bidders Conference. 9. (U) QUESTIONS (U) All questions are to be submitted to the contracting officer. The Government will endeavor to respond to all valid questions submitted. 10. (U) POINTS OF CONTACT Technical Point of Contact Mr. Mark Farhner National MASINT Committee CMTECO 703-907-2980
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0875b0ae15a8b21bf8f763a071f4524&tab=core&_cview=1)
 
Record
SN01680974-W 20080926/080924223706-d0875b0ae15a8b21bf8f763a071f4524 (fbodaily.com)
 
Source
FedBizOpps 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.