Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOLICITATION NOTICE

A -- DTSA - Request for Information, Database

Notice Date
2/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, WHS, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063, 1155 Defense Pentagon, Washington, District of Columbia, 20301-1155, United States
 
ZIP Code
20301-1155
 
Solicitation Number
HQ0034-09-JST0213
 
Response Due
3/3/2009 3:00:00 PM
 
Archive Date
3/27/2009
 
Point of Contact
Jacqueline S Termine,, Phone: (703) 588-2195
 
E-Mail Address
jacqueline.termine@whs.mil
 
Small Business Set-Aside
N/A
 
Description
Description: This Request for Information (RFI) is being issued by the Washington Headquarters Services Acquisitions and Procurement Office (WHS/A&PO), on behalf of the Defense Technology Security Administration (DTSA). Note that this is not a request for quotes. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. This RFI seeks industry comments to assist the Government in (1) Locating potential sources with the ability to satisfy its requirement (2) provide contract number and point of contact for current or past contract for a similar product. The critical element of this RFI is product availability. Small businesses that are certified and qualified as a small business under NAICS code (541720) with a size standard of $7.1 are encouraged to respond. Background: The Defense Technology Security Administration (DTSA) provides the stewardship of technology security policy and programs for the Department of Defense (DOD). DTSA’s technology security mission is to develop and implement policies on international transfers of defense-related goods, services, and technologies to ensue such transfers are consistent with U.S national security interests. Technology security policy development and implementation requires DTSA analysts to conduct extensive research and evaluation of data from numerous and diverse sources. This electronic database is required in support of open-source research for export license applications and Committee on Foreign Investment in the United States cases. Requirement. DTSA reps require access to a database capable of identifying proliferation, weapons of mass destruction (WMD) and arms controls activities. The database should be able to provide accurate information, provide a history of cumulative open source data on nuclear, biological, and missile-related sites that identify entities and projects involved in nefarious and prohibited activities. Provided below are specific requirements for an electronic database that DTSA is searching for in order to meet it’s mission: 1. Electronic ability to research current continually updated background on entities involved in weapons of mass destruction and proliferation activities from multiple countries including China, Iran and North Korea. 2. Single source search capability for background information on foreign countries and entities. 3. Ability to search on several different data fields. 4. Ability to search on phone numbers. 5. The software/database must allow for link analysis; must bring together all known associates and subsidiaries, along with their company profiles and/or core business descriptions. 6. Provide a search capability to pinpoint and define all Export Control Classification Number (ECCN) categories applicable to the Technology Directorate. 7. DTSA requires 5-10 user accounts with concurrent online access. 8. Ability to print and save data from the database in useable format. 9. Rights to use information, for no additional charge for any use the Government deems necessary. Responses should not exceed 5 pages and should specifically include (a) identification of the product proposed (b) Description of ability to meet the requirements listed above, (c) description literature that will allow the Government a range of vision for the database. RFI Guidelines: Please note that this synopsis is for INFORMATION and PLANNING purposes only and does not constitute a Request for Proposal (RFP). Responses to the RFI cannot be accepted by the Government to form a binding contract nor will the Government pay for the information solicited or recognize any costs associated with the submission of the RFI. The purpose of the RFI is to provide an opportunity for industry to enhance the success of any future procurement to meet this requirement. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for program planning and acquisition strategy development. Providing data/information that is limited or restricted for use by the Government for that purpose would be of very little value and such restricted/limited data/information is not solicited. By submitting information in response to this RFI, submitters of such information impliedly consent to the release and dissemination of submitted information to any Government or non-Government entity to which WHS releases and disseminates the information for review. As such, to the extent that any information submitted in response to this RFI is marked as or construed to be proprietary or business-sensitive, submitters are hereby notified (a) about the potentiality that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is subject to FAR 52.215-3. If you have any questions please contact Jacqueline Termine at Jacqueline.termine@whs.mil. All responses should be submitted via email to Jacqueline Termine. If you would like to arrange an alternate delivery method please send an email to the above address.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=caecd1584ce95b71468317a50208f89c&tab=core&_cview=1)
 
Place of Performance
Address: 1155 Defense Pentagon, Rosslyn Plaza North, Suite 12063, Washington, District of Columbia, 20301-1155, United States
Zip Code: 20301-1155
 
Record
SN01756222-W 20090226/090224221633-caecd1584ce95b71468317a50208f89c (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.