Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2010 FBO #3204
SOURCES SOUGHT

A -- Advisory and Assistance Services (A&AS) Support to the DTRA Strategy and Plans Enterprise (SP) and the Advanced Systems and Concepts Office (ASCO), and Development and Subsequent Management of an Advanced Systems and Concepts Research Support Center.

Notice Date
8/31/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
AS0109920881
 
Archive Date
5/15/2011
 
Point of Contact
Sampson B Jones, Fax: 703-767-4246, Lucy T. Jackson, Fax: 703-767-4246
 
E-Mail Address
sampson.jones@dtra.mil, lucy.jackson@dtra.mil
(sampson.jones@dtra.mil, lucy.jackson@dtra.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Synopsis: This is a SOURCES SOUGHT NOTICE AND SYNOPSIS ANNOUNCEMENT. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No response will be provided for requests for a solicitation. THIS SOURCES SOUGHT NOTICE IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. THE GOVERNMENT WILL NOT REIMBURSE CONTRACTORS FOR ANY COST ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT NOTICE. Description: The Defense Threat Reduction Agency (DTRA) safeguards America and its allies from the threats posed by Weapons of Mass Destruction (Nuclear, Chemical, Biological, Radiological and High Explosive). The DTRA Strategy and Plans Enterprise (SP) supports this mission by the conduct of WMD intelligence support, as well as strategic programmatic resource prioritization and future capability planning for both the agency and combatant commanders. Within SP, the Advanced Systems and Concepts Office (ASCO) focus is on the support of this planning mission through the anticipation and analysis of evolving threats arising from the full spectrum of Weapons of Mass Destruction. The ASCO analytical horizon deals with evolving mission-related threats (and responsive means of safeguarding against those threats) likely to emerge within the 5-20 year timeframe. To assist in the fulfillment of this mission, DTRA is seeking interested sources capable of providing two-tiered support to both the Strategy and Plans Enterprise (SP) and the Advanced Systems and Concepts Office (ASCO). The first tier of support will consist of the provision of support to the agency Strategy and Plans Enterprise (SP) and the Advanced Systems and Concepts Office (ASCO), and is spelled out in further detail below. The second tier of support will consist of development and subsequent management of an Advanced Systems and Concepts Research Support Center (ASCRSC, hereinafter the "Center"). Utilizing an Advisory and Assistance Services (A&AS) business model, the Center will serve as an intellectual clearinghouse providing ASCO and SP with support for long-range research and analysis (5-20 year horizon) associated with WMD threat and response capability, including policy research associated with national security matters. The ASCO and SP Center support services will entail (but not be exclusively limited to) the anticipation of evolving WMD threats from both state and non-state adversaries; responsive policy and technological programmatic/budgetary development and associated strategic planning; alternative future development & strategic forecasting conduct and management; and such other scientific, technical advisory and assistance services necessary to both develop and execute this Center. The Center will address a broad range of mission requirements ranging from support of multilateral workshops and discussions to the recruitment of world class subject matter experts from private, public and academic sectors (who may be proffered lengthy study opportunities or alternatively required to address exigencies of national security with minimal warning or response time). It will also require functions associated with more traditional A&AS agreements, as are outlined below. Potential sources either alone or with appropriate teaming partners must have demonstrated expertise and capability to develop and manage the Center, as well as provide A&AS support for both SP and ASCO. Specifically in regard to the envisioned A&AS function, qualified sources shall assist DTRA by providing information, advice, opinions, alternatives, analyses, evaluations, recommendations, operational and technical support, designs, training, and day-to-day administrative support to assist SP and ASCO in both the development and execution of the Center and in the following areas: 1. Support of strategic and operational-level analysis of strategy, policy and doctrine decisions and trends, concepts and studies portfolios, operational support, staff and workforce resource management planning, program/budget management, organizational issues and DTRA mission planning. 2. Acquisition program business case analysis, financial reporting and management, acquisition planning and support, and source selection support activities. See explanatory paragraph. 3. Assistance in resource management activities including budgeting, programming and financial accounting for the development, preparation, submission and justification of business process documents, and control of government property. 4. Analytical, assessment and technical study support and performance in the development of program planning processes, examination and application of new doctrines, policy and technologies, as well as analytical and technical support to agency and interagency efforts designed to identify critical concepts, trends and shocks (specifically related to strategic and technological surprise) in both mission-specific and global evolving mission-relevant trend categories. This support will be provided to (among others) the SP Concepts, Assessments and Capabilities (SP-CAC)/SCC-WMD J8 Division and ASCO. 5. Scientific, engineering, technical and subject-matter expert assessment (to include peer review) and program management to analyze both unclassified and classified projects and programs for concept feasibility, risk management/mitigation and cost effectiveness, as well as the development and monitoring (through program reviews) of programmatic and budgetary milestone achievement. 6. Technical and analytical support for planning, defining, developing, maintaining, integrating, coordinating, executing, reviewing, documenting, administering and recording programs and activities involving all aspects of the respective enterprise and office missions, to include mission-critical subject matter expertise, research and development, training, knowledge management and experiential reach-back and preservation, experimentation, lessons taught and learned, doctrine, policy and any other reasonably related and foreseeable study/assessment/analysis/ and research and development support, to include the recruitment of subject matter experts from the private and academic sectors for ASCO and SP. 7. Analysis and assessment of any proposed Congressional or Executive initiatives including but not limited to earmarks, directives and National Security Policy Reviews. 8. Advice and assistance to SP and ASCO in the provision of scientific, technical, engineering, systems engineering, program management, research/developmental and subject matter expertise support to the OSD, Joint Staff, COCOMs, military services and US negotiated bilateral and multinational alliances and processes. 9. The development of strategic Combating Weapons of Mass Destruction (CWMD) guidance, policies, doctrine, procedures, continuity and contingency plans with OSD, COCOMs, the Joint Staff and other DoD and federal agencies. 10. Technical and administrative advice to Threat Intelligence Initiatives including assistance obtaining, analyzing and reporting on all-source information. 11. Operational, policy, planning and technical subject matter expertise of current global operations and evolving relevant trends to include advice on the development, integration and coordination of future exercises, war games, experiments, plans and forecasts to include, but not be limited to, the evolution of the WMD threat spectrum and potential evolving classes and types of adversaries. 12. Plans and Doctrine non-personal technical and professional advice and assistance in support of plans, doctrine, education and synchronization requirements generated by the USSTRATCOM Center for Combating WMD J5. 13. Technical and analytical support as the Director's focal point for planning, coordinating and facilitating Agency support to the Joint Staff, the Services, the National Guard Bureau and COCOM's. 14. Technical subject matter and analytical support for mid-to-long term mission-critical trends and shocks forecasting efforts, to include alternative futures and scenario development. 15. General Administrative and Meeting support to the Threat Reduction Advisory Committee, including the administration of all necessary and related travel and communication documentation, expense reimbursement assurance, meeting minute preparation and all other requisite required documentation maintenance and compliance demonstration. 16. General administrative support, to include the preparation of communications, coordination of internal and external tasking and responses, preparation and facilitation of government-hosted technical meetings, workshops, symposiums and colloquiums. 17. All other reasonably foreseeable and related functions associated with the execution of A&AS functions as allowed by law. Acquisition Support Definition: For the purpose of this notice, "acquisition support" will include the provision of subject matter expertise to SP/ASCO in such areas as: program planning, program administration (to include cost, schedule and performance monitoring), preparation of acquisition packages, conducting market research and drafting market research reports, development of Statements of Objectives (SOOs), Statements of Work (SOWs), exceptions to fair opportunity (ETFOs), justifications and approvals (J&As), determinations and findings (D&Fs), independent government cost estimates (IGCEs), contract data requirements lists (CDRLs), and the coordination/drafting of technical evaluations and cost evaluations of contractor proposals. This DTRA programmatic support will make maximum use of existing Government facilities, but may require use of additional non-Government space to accommodate all proposed Center functionality. Utilization of a "Virtual Center" with geographically separate mixed Government and non-Government facilities may be undertaken if demonstrated as a substantive savings to government operating costs potentially incurred should this acquisition concept be implemented. Capability to host, support and undertake TOP SECRET with some SCI research and discussions must be demonstrated. Moderate CONUS and OCONUS travel is anticipated. Scope and Timeframe: For notional purposes only, it is estimated that 23 Full Time Equivalent (FTE) personnel will be required to accomplish these tasks. Once a formal solicitation is released, DTRA anticipates an award for this requirement in March of 2011 with a period of performance of five (5) years. It is estimated that the contract value will be approximately $7 million per year. A single award of an Indefinite Delivery Indefinite Quantity contract is contemplated. In accordance with FAR 19.502-2(b)(2), DTRA intends to pursue a small business set-aside procurement for this requirement in the event that there are at least two small businesses with the requisite scientific and technological capabilities. Organizational Conflict of Interest (OCI) Statement: This contract action will employ standard OCI avoidance procedures. As a result, the prime performer awarded this contract will be restricted from providing services to any enterprises and offices in the Defense Threat Reduction Agency, except in an A&AS capacity. Subcontractors to the prime performer for this effort will be restricted only from additional performance for SP and ASCO, not for the rest of the agency. Other Input from Industry: Included in your response, the Government is soliciting suggestions from Industry as to how the Center would be organized and managed to avoid organizational conflicts of interest. The Government also desires, across all aspects of this requirement, for the prime contractor to utilize teaming arrangements and multiple labor categories as appropriate for various parts of the work scope to maximize cost effectiveness and efficiency (e.g. administrative support services to be provided by junior labor categories). Technical White Paper Capabilities Statement: Sources sought responses shall reflect corporate information and a capability summary reflecting experience related to the above areas. Responses are to be limited to a Technical Capabilities White Paper of no more than 3-5 pages. Company information should include qualifications and experience in work of this nature, point of contact, phone number, fax number, e-mail address, CAGE Code, DUNS number, business size, and small business classification (8a, HUBZone, etc.) if applicable. You should also indicate if your company is currently providing services under any federal contract or GSA Schedule for A&AS services under FAR 37.2. Specific industry suggestions, views and concerns as to the OCI provisions and any other substantive or procedural aspect of this potential acquisition are both invited and encouraged. Any information submitted in response to this Sources Sought Notice is strictly voluntary. This synopsis is for information planning purposes only and the Government will not pay or otherwise reimburse respondents for information submitted. Responses shall be submitted no later than 2:00 PM Eastern Time, 30 September 2010. Electronic responses are recommended and encouraged, and shall be submitted to Mr. Sampson Jones at Sampson.Jones@dtra.mil. Non-electronic responses, though not preferred, may be submitted via facsimile to 703.767.4246 to the attention of Mr. Sampson Jones. All documentation shall become the property of the U.S. government. Unless otherwise stated herein, no additional information is available. Requests for the same will be disregarded. There is no commitment by the Government to issue a solicitation, to make award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this Sources Sought Notice. Information provided herein is subject to change and in no way binds the government to solicit or award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/AS0109920881/listing.html)
 
Place of Performance
Address: 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6201, United States
Zip Code: 22060-6201
 
Record
SN02261831-W 20100902/100831235537-b7e0904d2aa376c8eee4cef55026b3cf (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.