Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2012 FBO #3781
SOURCES SOUGHT

D -- PREDICT Coordination Center - FA8751-12-R-0024-SSN

Notice Date
3/30/2012
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
FA8751-12-R-0024-SSN
 
Archive Date
4/28/2012
 
Point of Contact
Richard C Childres, Phone: 315-330-4194, Janis M Norelli, Phone: 315/330-3311
 
E-Mail Address
richard.childres@rl.af.mil, janis.norelli@rl.af.mil
(richard.childres@rl.af.mil, janis.norelli@rl.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FA8751-12-R-0024-SSN Capability & Experience Matrix FA8751-12-R-0024-SSN PCC Statement of Work Capable sources are sought for a service requirement entitled "Protected Repository for the Defense against Infrastructure Cyber Threat (PREDICT) Coordination Center (PCC)". The PCC manages the PREDICT data catalog and operations, processes researchers' applications for PREDICT data, and handles administrative matters. The PCC facilitates the release of datasets by data hosts to approved researchers. In support of these activities, the PCC develops, hosts and maintains a web portal that advertises the datasets available from the PREDICT program and automates the generation of appropriate agreements for and between PREDICT entities. The primary agreements administered by the PCC are (1) Memorandum of Agreement (MOA) between the PCC and Researcher, (2) MOA between the PCC and Data Host, and (3) Data Use Agreement between the Data Provider and the Researcher. The contractor will be responsible for providing all labor, material, and equipment necessary to perform the PCC services. This requirement will support the Department of Homeland Security. The attached draft Statement of Work (SOW) provides additional information. Interested parties are encouraged to review https://www.predict.org. The anticipated period of performance is 01 Oct 2012 through 30 Sep 2013 plus 4 option years. If all options are exercised, performance would conclude 30 Sep 2017. The anticipated NAICS code is 541519 with an associated small business size standard of $25M average annual receipts over the last 3 years. Note that this Sources Sought Notice is for planning purposes only. The information obtained from responses to this notice may be used to inform an acquisition strategy and future solicitation, particularly the appropriateness of a set aside for 8(a), HUBZone Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Woman Owned Small Business (EDWOSB), or Small Business (SB). If adequate responses are not received, the acquisition may be solicited on a "full and open" basis. If this effort is to be set aside, then a clause such as FAR 52.219-14 "Limitations on Subcontracting" would apply and at least 50% of the cost of contract performance incurred for personnel would have to be expended for employees of the prime contractor. All interested small businesses (of any classification listed above) are invited to respond. In order to be considered, responses must be organized as follows: 1. Positive statement of intent to submit a proposal for this solicitation as a prime contractor, should a solicitation be issued. Include a description of how the 50% requirement of a clause such as FAR 52.219-14 "Limitations on Subcontracting" would be met. Describe how anticipated subcontractors, if any, would be selected and which functions they would be responsible for. 2. Capability & Experience package consisting of items (a) - (c). The Technical Requirements and Deliverables referenced below are in the draft Statement of Work (SOW) posted with this notice. (a) Capability & Experience Matrix. Using the attached spreadsheet, provide references (such as paragraph number) to the location in the Capability & Experience Statement where each Technical Requirement and Deliverable is addressed. If any Technical Requirement or Deliverable is not addressed in the Capability & Experience Statement, write "N/A" for that item in the Matrix. (b) Capability & Experience Statement. In a document not exceeding 10 pages, concisely and clearly demonstrate an ability to fulfill the Technical Requirements and Deliverables. Include past performance information, particularly that which demonstrates experience with the type of datasets described in the SOW Appendix 1. Describe no more than 5 efforts which were completed as prime contractor within the past 3 years for Government or commercial organizations. For each effort, clearly define the scope and demonstrate its relevance to the Technical Requirements and Deliverables. Provide contract amounts, performance periods, current points of contact, and any other relevant information. (c) Business Size Classification. Provide documentation of current SBA business size classification(s). Documentation may include SBA certification letter or other evidence. If the classification will expire before the anticipated performance period, include a statement acknowledging that fact. 9For more information on the definition or requirements, refer to http://www.sba.gov.) Please note that failure to submit all information requested will result in a contractor being considered ‘NOT INTERESTED' in this requirement. Firms that meet the requirements described in this announcement are invited to submit their responses to the attention of Richard Childres, Contract Specialist (richard.childres@rl.af.mil) with an email copy to Janis Norelli, Small Business Specialist (janis.norelli@rl.af.mil). Responses must be sent by email. All information must be received by 3:00 PM (ET) FRI 13 APR 2012 to be considered. If a solicitation for this requirement is issued, in order to receive a contract award, the successful offeror must be actively registered in Central Contractor Registration (CCR - http://www.ccr.gov), Online Representations and Certifications Application (ORCA - http://orca.bpn.gov), and Wide Area Workflow (WAWF - https://wawf.eb.mil). This Sources Sought Notice is not a Request for Proposal (RFP). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government's use of such information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8751-12-R-0024-SSN/listing.html)
 
Record
SN02710086-W 20120401/120330234744-b834648f7924c024ff1de5c8183bf002 (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.