Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
MODIFICATION

R -- CBRNE-SME-SUPPORT SERVICES - RFI

Notice Date
2/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting 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
27-23917-10
 
Archive Date
3/12/2010
 
Point of Contact
Quentin T. McCoy,
 
E-Mail Address
quentin.mccoy@dia.mil
(quentin.mccoy@dia.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
cbrne-sme-support services - rfi THIS IS A REQUEST FOR INFORMAT IO N (RFI) ONLY. This RFI is issued by the Virginia Contracting Activity (VACA) solely for information and planning purposes ; it does not constitute a formal solicitation, Request for Proposal (RF P) or a promise to i ssue a formal solicitation, RFP or Broad Area Announcement ( BA A). This RFI does not commit the Government to contract for any supply or serv ice. VACA is not seeking proposals at this time. Re sponders are advised that the U.S. Government will not pay any cost incurred in response to this RFI all costs associated with responding to this RFI will be sole l y at the interested party's expense. Not responding to this RFI does not preclude participation in any future and potential sol i c itation, or RFP. It i s the intent of VACA to use this fo r market research purposes only. If a formal solicitation is released, it will be issued via the Federal Business Opportunities ( http: // www.fbo.gov ). It is the responsibility of the potential offerors to monitor this website for any information that may pertain to thi s RFI. The information provided in this RFI is subject to change and is not binding on the Government. 1) Description: VACA is seeking to id entify qualified Small Businesses ca pab le of performing the requirement for Chemical, Biological, and Radiological/Nuclear, Explosives (CBRNE) - Subject Matter Expert (SME) - Support Services as outlined below: Administrative Operations Assistant (AOA): Capable to provide administrative support in accordance with Department of Defense (DOD) and DIA policy as it relates to official government travel. Logistics Coordinator: Capable to provide assistance to the Senior Operations Manager with equipment and technology management to support the mission profiles for CBRNE collection and detection activities. In addition, provide support to the development and acquisition of equipment inventories, and proposed CBRNE collection/detection technologies necessary to accomplish mission task, which will include facilitating the transportation of equipment, training materials, and supplies. Communications Technician: Capable of provide assistance to the Communications Security Custodian with communications equipment support to the DIA facilities throughout the Washington metropolitan area and locations world-wide. Plans, Policy, and Reports: Capable to provide personnel to assist in the drafting, coordinating, and updating of policies, including memorandums of agreement, standard operating procedures(SOP), and employee handbooks. Training Coordinator: Capable to provide personnel to work in conjunction with a government training officer for day-to-day training function, such as, calendar maintenance, records updating, assisting in updating training courses and writing new training courses. Financial and Program Management: Capable to provide DoD budgetary and acquisition support. Equipment and Material Support: Capability to acquire material and possibly non-material (such as training) such as Packaging and Transport equipment for the packaging and transport of equipment and supplies to and from worldwide locations. Medical Supplies and Equipment to support deployed teams with emergency medical care prior to medical transport to field or permanent medical facilities. Collection and Detection equipment for the identification of chemical biological and radiological (CBRN) substances. Communications and Media for Documentation to be utilized for voice and data communications between team members, operations center and outside units being supported.. Personal Protective Equipment for protecting personnel and equipment in possible hazardous environments. Operational Support Gear to support operations in field and urban areas in various climates. Administrative Operational Supplies that support personnel deployed and operations center staff. 2) Prospective sources, possessing the qualifications, capability, and experience to respond to this RFI, are invited to submit documentation (no more than 20 pages all inclusive) in response to items abo v e and outlining the following items: •a. Company information, which includes point of contact, address, type of company, size and security clearance and CAGE Code. •b. Relevant Corporate Knowledge/Experience related to the services identified above: (1) Identify no more than five (5) relevant contracts held within the last five years. For each contract provide: (a) the contract number and awarding agency/office; (b) the Full Time Equivalents (FTEs) provided; (c) the subcontractors that were on the team and their % of participation; and the name, address, commercial phone number, classified and unclassified e-mail addresses of the contract officer and the contracting officer's representative. •c. For personnel availability describe the availability of TK//SCI level-cleared personnel meeting the requirements 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. 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. 3) Submission Instructions: a. Interested parties are requested to respond to this RFI inclusive of answers to the requested information listed above. The associated North American Industry Classification System (NAICS) code is 541611 (Administrative Management and General Management Consulting Services). b. Responses shall be limited to 20 pages all inclusive and submitted via email ONLY to Stephen Lee, Contract Specialist at Stephen.Lee@dia.mil. VACA reserves the right to review late submissions but makes no guarantee to the order of or possibility for review of late submissions. c. Respondents shall provide responses in softcopy form (electronically) in Microsoft Word compatible format ONLY and are due no later than 3:00 PM (local Eastern Time) on Thursday, February 18, 2010. d. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and completely separated. Be advised that no submissions will be returned. All submissions will be disposed of in accordance with the instructions provided in prospective sources response. If no instructions are listed, the VACA will dispose of at their discretion. e. Responses to this RFI may be evaluated by Government technical experts. The program office has contracted for various non-government, scientific, engineering, technical and administrative staff support services, some of which require contractors to obtain access to proprietary information submitted by other contractors. All non-government contractor support personnel have signed and are bound by the appropriate non-disclosure agreements and organizational conflict of interest statements. The Government may also use these selected support contractor personnel as technical advisors in the evaluation of submissions. Non-government staff support personnel will not have access to RFI that may be labeled by the offerors as Government Access Only. •f. 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. 4) Bidders Conference: The government does not intend to conduct a Bidders Conference. 5) Questions: All questions are to be submitted on or before 11 FEB 2010 by 3:30 Eastern Standard Time; to Quentin McCoy, Contract Specialist at Quentin.mccoy@dia.mil. The Government will endeavor to respond to all valid questions submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/27-23917-10/listing.html)
 
Place of Performance
Address: Various Locations, United States
 
Record
SN02070294-W 20100221/100219235848-0c16f26efcea65783747da24368c0ad4 (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.