Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 11, 2010 FBO #3274
SOURCES SOUGHT

R -- Chemical Industry -Subject Matter Experts - Statement of Word

Notice Date
11/9/2010
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, US-VISIT Acquisition Division, 1616 N. Fort Myer Drive, Suite 1800, Arlington, Virginia, 22209-3110
 
ZIP Code
22209-3110
 
Solicitation Number
HSHQVT-11-Q-00001
 
Archive Date
12/2/2010
 
Point of Contact
Toya Reynolds, Phone: 2024475666, Maria Tran, Phone: 202-447-5738
 
E-Mail Address
toya.reynolds@dhs.gov, Maria.Tran@dhs.gov
(toya.reynolds@dhs.gov, Maria.Tran@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Statement of Work is attached. This Sources Sought Notice is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Department of Homeland Security, Infrastructure Protection, Infrastructure Security Compliance Division (ISCD) is considering whether or not to set aside the acquisition for small business concerns. The applicable North American Industry Class System (NAICS) code is 541690. The performance period will be a twelve (12) month base period plus two (2), twelve (12) month option periods. ISCD requires technical expertise and guidance across a wide range of technical disciplines capable of providing extensive subject matter expertise. This team shall include scientists, technical experts and knowledge management professionals experienced in the areas of engineering (including but not limited to mechanical and instrumentation engineering), chemical engineering (including but not limited to petroleum, organic chemical, and process safety engineering), physics, physical security, cyber security, chemical industry processing practices, toxic/flammable/explosive industrial chemicals, and risk/threat assessment and characterization. At a minimum the contractor shall have the capability to: Provide Expertise in the areas of process safety analysis, risk management, incident investigations and related areas are also required. Subject matter capabilities shall also include identification and validation of chemical properties and potential hazards, risk analysis methodologies, release/dispersion modeling of toxic/flammable/explosive chemicals, process safety engineering, inspections, data mining from public and government literature, and studies to support ISCD legislative mandates. The contractor should demonstrate its understanding of the above requirements and describe its ability to provide them. No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this announcement. Not responding to this announcement does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized either on Fedbid.com or FBO.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. TARGET AUDIENCE Only small businesses are requested to respond to this RFI. DHS ISCD is formulating an acquisition strategy that considers small business ability to participate in the acquisition, as a prime contractor, subcontractor, or teaming arrangements. REQUESTED INFORMATION Interested vendors are requested to submit a tailored capability statement for this requirement not to exceed six (6) pages including all attachments, resumes and charts, etc. (single spaced, 12 point font minimum) that clearly details the firm's ability to perform the aspects of the requirement described above. Capability statements should indicate current business certification and socioeconomic status; this indication should be clearly marked on the first page of your capability statement, as well as, business name, point of contact, address and DUNS number. The contractor shall be able to perform the following: a) Demonstrate knowledge, skills, and technical capability to meet the requirements of the Statement of Work (see attachment.) b) Demonstrate at least three recent past experience (within the past three years or work that is on-going year) in supporting similar efforts in the assistance of professional services for risk analysis, engineering (chemical process safety, security design, and mechanical), physical security, cyber security, and knowledge management. Please include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. c) Demonstrate ability to provide qualified personnel with knowledge of and senior experience in providing recommendations for risk analysis, engineering (chemical process safety, security design, and mechanical), physical security, cyber security, and knowledge management. RESPONSES All Capability Statements sent in response to this sources sought notice must be submitted by e-mail to Toya.Reynolds@dhs.gov and RECEIVED by 12:00 PM, Eastern Standard Time (EST), November 17, 2010. The e-mail subject line must specify Sources Sought Title as well as, the company name. Facsimile responses will not be accepted. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. ADDITIONAL INFORMATION Responses should provide the business DUNS number and CAGE code and include a statement of self-certification under the NAICS code. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Draft Statement of Work is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/USVISIT/HSHQVT-11-Q-00001/listing.html)
 
Place of Performance
Address: Work will be performed at the contractors facility throughout the U.S., Washington, District of Columbia, United States
 
Record
SN02324883-W 20101111/101109234158-0397c131034dc8b397d241d4f570773d (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.