Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 17, 2009 FBO #2884
SOURCES SOUGHT

R -- Office of Treaty Compliance Analytical and Technical Support Services

Notice Date
10/15/2009
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical 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, Virginia, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
OSA090015081
 
Archive Date
11/17/2009
 
Point of Contact
John Martin, Phone: 703-767-7883, Stephen R Pierce, Phone: 703-767-3502
 
E-Mail Address
John.Martin@dtra.mil, stephen.pierce@dtra.mil
(John.Martin@dtra.mil, stephen.pierce@dtra.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability of companies that are qualified to satisfy the Defense Threat Reduction Agency (DTRA) requirement to provide analytical and technical support services to the Office of Treaty Compliance (TC), Office of the Under Secretary of Defense (Acquisition, Technology, and Logistics (OUSD(AT&L)). This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kind of offer will be considered in response to this Sources Sought Notice. Responses to this notice are not offers and will not be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this notice. All information received in response to this notice that is marked proprietary will be handled accordingly. Responses to the notice will not be provided. At this time, questions concerning the composition and requirements for a future Request for Proposal, as well as those regarding the nature of the products/services reviewed for this initiative, will not be entertained. Background: DTRA’s mission is to safeguard America and its allies from weapons of mass destruction (chemical, biological, radiological, nuclear and high explosives) by reducing the present threat and preparing for the future threat. The On-Site Inspection Directorate (OP-OS) supports the Agency’s mission through its arms control treaty monitoring and on-site inspections. In its arms control role, OP-OS also provides support to the Department of Defense Treaty Managers. TC executes treaty manager responsibilities for strategic and conventional arms control treaties and agreements. Services: This announcement seeks qualified sources from Government or Industry to submit white papers to identify their capability to provide a broad range of extensive technical, scientific, and strategic and conventional weapons arms control expertise 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 and compliance 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: • analyzing documentation, data, and other products to determine, evaluate, and 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, and 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, maintaining primary source data, and expertise required to evaluate the applicability of material and determine proper cataloging; • 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. This effort requires personnel possessing SECRET or TOP SECRET (with Sensitive Compartmented Information access) security clearances. The Contractor must have a TOP SECRET facility clearance. Responses: All capability statements can be submitted via e-mail, facsimile, or regular mail to the point of contact listed below. Responses must be submitted by the closing date of this notice. Prospective suppliers are invited to provide company literature and/or provide a capability summary (white paper), not to exceed five (5) pages in length, describing their relevant corporate experience providing these types of services in support of arms control treaties and agreements and other counterproliferation or nonproliferation activities and should address how the respondent can meet the entire requirement. Responses shall include the following information: 1. DUNS Number 2. Company Name 3. Company Address 4. Company Point of Contact, phone number and email address 5. Business size and small business status (such as small business, small disadvantaged, HUBZone, 8(a), Women-Owned, Minority-Owned, Veteran-Owned, and Service-Disabled Veteran-Owned) 6. Teaming Arrangements -- Potential/prospective teaming partners and/or major subcontractors: All teaming arrangements should also include the above-cited information and certifications for each entity on the proposed team. Please submit responses no later than 5:00 PM (Eastern Standard Time) on November 2, 2009, to Mr. John Martin, Contract Specialist, Phone 703-767-7883, Fax 703-767-4691, e-mail: john.martin@dtra.mil. Contracting Officer’s Address: 8725 John J. Kingman Road, MSC 6201 Fort Belvoir, Virginia 22060-6201
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/OSA090015081/listing.html)
 
Place of Performance
Address: Office of Treaty Compliance (TC), Office of the Under Secretary of Defense (OUSD(AT&L)), Pentagon, Arlington, Virginia, 22202, United States
Zip Code: 22202
 
Record
SN01985909-W 20091017/091015234906-18c2a1198a7cd799c5157bd3870422d6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.