Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2011 FBO #3620
SOURCES SOUGHT

R -- NGIC/Army GEOINT Battalion Wide Area Persistence Surveillance (WAPS) Full Motion Video (FMV) Analytic Cell Program Support.

Notice Date
10/21/2011
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W911W512R0002
 
Response Due
11/4/2011
 
Archive Date
1/3/2012
 
Point of Contact
Darren Sinclair, 434-930-7366
 
E-Mail Address
National Ground Intelligence Center
(darren.sinclair@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide the NGIC/Army GEOINT Battalion Wide Area Persistence Surveillance (WAPS) Full Motion Video (FMV) Analytic Cell Program Support. This requirement is inclusive of the following specific task areas: -Business Process Reengineering -Program/Project Management -Enterprise Design, Integration and Consolidation -Information Technology Services NGIC/Army GEOINT Battalion is seeking sources sought capability of performing the requirement for geospatial Intelligence support for WAPS, FMV, SIGINT, Geospatial Analysis and All Source analysis which are the essential elements to support NGIC/Army GEOINT Battalion WAPS/FMV Analytic Cell Program. Specific subtasks in this contract will require finished analytical assessments in support of short and long term studies; annotated geospatial intelligence graphics, geospatial data base management and pattern discovery of unique source data. Contractors must satisfy the following requirements. Provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver each and every one of the following requirements: a.Provide technical and management support to all facets of this initiative. b.Provide support to the furthering development of the NGIC/Army GEOINT Battalion WAPS/FMV Analytic efforts. c.Provide support to NGIC/Army GEOINT Battalion with contractors that have the requisite WAPS/FMV knowledge, skills, abilities and technical experience to support this key intelligence enabler. d.Provide and implement technical solutions to expedite the capture, screening Provide and support the development of tactics, techniques and procedures that ensure a standardized WAPS/FMV Process. Performance requires a TOP SECRET contractor facility clearance. Contractor personnel performing under this contract shall be U.S. Citizens, have a final TOP SECRET clearance with a Single Scope Background Investigation (SSBI), and shall be eligible for indoctrination to the Sensitive Compartmented Information (SCI) level. Some positions will require a Polygraph examination if additional accesses are required. The contractor is responsible for obtaining all necessary security clearances for contractor personnel. This TOP SECRET level contractor facility clearance requirement may also apply to affiliates, team members, and subcontractors if they have access to classified information. A Cost plus Fixed Fee type contract is anticipated, for an estimated five (5) year period, (i.e., base year plus four (4) option years). Per FAR 16.301-3(a)(3), cost-reimbursement type contracts require the contractor to have an accounting system that is adequate for determining costs applicable to the contract. Therefore, interested vendors shall state in their response whether or not they currently have a DCAA approved cost accounting system capable of accumulating and segregating costs under a cost-reimbursement type contract. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). 13 C.F.R. 125.6 contains the prime contractor performance requirements under this limitations on subcontracting rule. Failure to definitively address each of these factors may result in a finding that the respondent lacks the capability to perform the work. SUBMISSION INSTRUCTIONS: Prospective sources possessing the capability, experience, and security clearance qualifications are invited to submit a response to this Sources Sought for NGIC/Army GEOINT Battalion WAPS/FMV Analytic Program Support. Interested sources shall provide all feedback in writing to NGICContracting@mi.army.mil. Please title your email as follows: Response to NGIC/Army GEOINT Battalion WAPS/FMV Analytic Program Support Sources Sought. Responses to this notice shall be limited to [15] pages, and must include: 1.Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2.Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3.Business size for NAICS 518210 $25M and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4.DUNS number, CAGE Code, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5.Identification of the firm's GSA Schedule contract(s) by contract number schedule number and SINs that are applicable to this potential requirement are also requested. 6.If the company has a Government approved accounting system, please identify the agency and point of contact that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, Request for Proposals, Solicitation, Request for Quote, or an indication that the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist/Contracting Officer named below not later than 4:00 PM Eastern Standard time on November 4, 2011 for consideration. Questions may be submitted to Ms. Jessica Thomas, Contract Specialist/Contracting Officer, at jessica.l.thomas2@us.army.mil & NGICcontracting@mi.army.mil. Responses to this announcement will not be returned, and there will not be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and the Contracting Officer may contact one or more respondents for clarifications and to enhance the Government understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W512R0002/listing.html)
 
Place of Performance
Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
Zip Code: 22911-8318
 
Record
SN02610964-W 20111023/111021234103-4c259b5a0dbf00d8f36137628583c092 (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.