Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 30, 2016 FBO #5181
SOURCES SOUGHT

A -- Technical Forensics and Exploitation Support Services - Request for Information

Notice Date
1/28/2016
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGU) Division A, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGU-16-R-0001
 
Point of Contact
Timothy J. Weiman, Phone: 4438614637, Kellie N. Lamar-Reevey, Phone: 4438614640
 
E-Mail Address
Timothy.J.Weiman.civ@mail.mil, kellie.n.lamar-reevey.civ@mail.mil
(Timothy.J.Weiman.civ@mail.mil, kellie.n.lamar-reevey.civ@mail.mil)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Technical Forensics and Exploitation Support Services RFI Synopsis Technical Forensics and Exploitation Support Services January 2016 RFI Synopsis This is a Request for Information (RFI)/Sources Sought only. Do not submit a proposal or quote. After reviewing the description of requirements, interested and capable contractors are invited to provide responses to the following questions. Responses should follow this format and be submitted electronically as one complete document. This RFI is for informational purposes only and is not to be construed as a commitment by the Government to procure any items/services or pay for the information received. The purpose of this RFI/Sources Sought is to identify potential active certified 8(a) sources that can provide the Intelligence and Information Warfare Directorate (I2WD), Exploitation Analysis & Response (EA&R) Division, Prototyping & Forensics (P&F) Branch with technical forensics and exploitation support services. This effort will be a Cost-Plus-Fixed-Fee term basis. Travel is on a Cost basis in accordance with Federal Acquisition Regulation (FAR) 16.302. The period of performance for this effort is twelve months from the date of award. This effort is anticipated to be awarded in the June 2016 timeframe. The preponderance of the work requires a professional-grade work force. The scope and purpose of this support is to provide the requisite administrative; program management; and technical, engineering and integration services and products necessary for the EA&R Division to meet its mission and customer needs. Minimum requirements for this support include intelligence-based reporting, briefings and technical assessments in support of the U.S. Special Operations Command (SOCOM) mission; operational test assessments, reporting/briefings and foreign area officer expertise in support of the U.S. Southern Command (SOUTHCOM) mission; research, reporting and briefings in support of the Global Threat Integration Program (GTIP) mission; and research-based reporting, briefings and assessments to support the Brutal Ascent mission. The primary support requirements are: Program Management. This shall include, but is not limited to: scheduling, planning and attending meetings; visiting vendor locations; and participating in demonstrations and program reviews. The Contractor shall assist the Government in preparing project plans, schedules, demonstrations, requirements and test plans as they relate to Contractor's area of expertise and experience. Purchasing. The Contractor shall procure software and/or hardware necessary to support the requirements of this contract in an efficient and timely manner as directed and approved by the Government. Examples include lab benches, work bench seating, storage lockers, books and photograph tables. All Information Technology (IT) related purchases must be made in accordance with U.S. Army Communications-Electronics Research, Development and Engineering Center (CERDEC) IT policy. Operational Testing Assessments, Reporting, Briefings and Foreign Area Officer Expertise. Under the SOUTHCOM Science Technology and Experimentation Division, I2WD supports both SOCOM and SOUTHCOM Commanders by identifying critical technological requirements to counter security threats in the Western Hemisphere. The I2WD P&F Branch provides firmware analysis, radio frequency signals analysis and replication support for test and evaluation. The Contractor shall coordinate delivery of threat materials from SOUTHCOM's area of responsibility to I2WD for exploitation. The Contractor shall manage technical investigations to support maritime domain awareness; information sharing; Intelligence, Surveillance and Reconnaissance capabilities; humanitarian assistance and disaster response; unmanned systems exploitation; renewable and alternative energies; environmental security; and any other technology that may be identified as a candidate for partner nation capacity building or collaborative research, development, testing and engineering. GTIP Support. The Contractor shall support the GTIP mission, which is to provide collaborative and integrated threat and technology assessments in support of customer requirements. The Contractor shall perform the duties listed in support of GTIP requirements that include, but are not limited to, conducting open-source research and technical exploitation of potential threats; technical characterization and firmware analysis of recovered threat devices; and high-priority exploitation of newly recovered threats not previously seen in the U.S. area of responsibility. Brutal Ascent. The Contractor shall author or procure country, area and regional reports in support of task orders for investigations requested by the U.S. Government. The requirements for Brutal Ascent support include documented study or publications, technical assessments, supporting surveys for targeted country, area, or regions in question and the applicable business sector(s) within its borders. Survey efforts may include assessments of probable near-term upgrades to telecommunications infrastructure and proliferation of technologies between countries. The Contractor shall apply oversight to ensure that produced surveys remain consistent and coherent. Headquarters, Department of the Army (HQDA) Staff (ARSTAFF) Support. The Contractor shall provide support to the ARSTAFF elements. The I2WD mission includes providing subject-matter expertise with regard to Policy, Technical Assistance, Systems Engineering and Management. The Contractor shall provide I2WD and ARSTAFF with oversight of the U.S. Army's Counter-Improvised Explosive Device (C-IED) strategy, Weapons Technical Intelligence (WTI), Electronic Warfare (EW) and Intelligence Analysis. The Contractor shall be responsible for synchronizing policy, budgeting and programmatic support of Department of Defense (DoD) stakeholders and other Government agencies. Rapid Equipping Force (REF) and Asymmetric Warfare Group (AWG) Support. The Contractor shall serve as a liaison between REF, AWG and I2WD to provide knowledge and resources to rapidly support the Warfighter. The Contractor shall assist I2WD in continually gathering information on current and future risks. The Contractor shall assist with the development of solutions to mitigate and combat these risks. Program Executive Office (PEO) Soldier Support. The Contractor shall provide scientific, technological/equipment, logistical/operational research and exploitation to support the PEO Soldier. The Contractor shall conduct analysis, assessments and provide advice, recommendations and training in support of the mission. The U.S. Army Forces Command (FORSCOM)/U.S. Army Training and Doctrine Command (TRADOC) Support. The Contractor shall provide support to FORSCOM and TRADOC, to include subject matter expertise on C-IED policy, systems engineering and management. The Contractor shall provide oversight of WTI, Electronic Warfare and Intelligence Analysis of C-IED strategy. Joint Staff Interagency Support - Non-Technical Best Practices. The Contractor shall perform services in support of "Non-Technical Best Practices." The Contractor shall conduct physical site surveys of facilities or locations of interest for the purpose of establishing threat assessments of unmanned aerial systems vulnerabilities. The Contractor is responsible for performing the site survey, preparing pre/post-survey documents and coordinating with the requesting activity. G-38 Support, Adaptive C-IED, and Explosive Ordnance Disposal (EOD) Solutions (ACES). The Contractor shall provide Systems Engineering and Technical Assistance to the HQDA G-3/5/7, G-33 Department of the Army Military Operations - Operations Readiness and Mobilization Division (G-33 DAMO-OD): Adaptive C-IED/IED EOD Solutions (ACES Division, G-38 DAMO-ODA). The requested information will be used by the Government for market research purposes only and is not a request for proposal or a request for quote in that it will not be used to place an order with any vendor directly. This is for informational purposes only; the Government will not be obligated to award to any interested vendors that present information in response to this RFI. QUESTIONS 1. Please provide the following Point of Contact (POC) information: Company: Address: POC: Phone number: Fax number: Email address: 2. Please identify your company's small business size standard based on the applicable North American Industrial Classification System (NAICS) code of 541330 - - - Engineering Services. The small business size standard for this NAICS code is $15.0 million dollars. For more information refer to: http://www.sba.gov/content/table-small-business-size-standards 3. If you identify your company as an active certified 8(a) company, is your company interested in a prime contract for I2WD, EA&R, P&F Branch Technical Forensics and Exploitation Support Services? Please provide the Small Business Administration (SBA) Business Development Servicing Office and the SBA 8(a) certification exit date. 4. Please describe your knowledge of and experience working in the areas described above. 5. Government facilities will be provided for this effort at the I2WD facility, Aberdeen Proving Ground (APG), MD. Additional places of performance may include: Washington, D.C.; Joint Base McGuire-Dix-Lakehurst, NJ; Terrorist Explosive Device Analytical Center, Quantico and Lorton, VA; National Center for Explosives Training and Research, Huntsville, AL; Defense Forensic Science Center, Atlanta, GA; Project Manager Aircraft Survivability, Huntsville, AL; Robins Air Force Base (AFB), Warner Robins, GA; Redstone Test Center, Huntsville, AL; Eglin AFB, FL; Hurlburt Field, FL; and Yuma Proving Ground, AZ. The Contractor in support of this requirement shall utilize these facilities as the primary locations. Is your company located near APG, MD, or can staff be readily available to provide support at these additional places of performance within 30 days of contract award. 6. Under the current Small Business recertification regulations, do you anticipate that your company will remain an 8(a) eligible vendor for this effort? What percentage of this requirement do you plan to perform in-house versus subcontracting out? Provide detailed explanation on how will you be in compliance with the limitation on subcontracting per FAR 52.219-14. 7. Please provide details regarding any anticipated teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements. Interested vendors are encouraged to identify teams and indicate each team member's size status based upon the NAICS code of the work that the team member may be doing. Please list the process used to select team members and to onboard additional personnel with the required skill sets. 8. Is your company currently providing similar products/services to another Government agency or non-Government customer? If so, please identify the agency or non-Government customer, to include contract numbers for Government customers. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially. 9. You may also provide a capabilities statement describing how your products and technical expertise could produce and deliver such capabilities as described above. In addition, current and former customers to whom you provided similar products/services should be identified, to include customer/company name and POC information (phone number, address and e-mail). 10. Does your company possess a TOP SECRET facility clearance with SECRET safeguarding capabilities? 11. Does your company possess an adequate accounting system? - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Submission Requirements: All assumptions, including any assumed Government support, shall be clearly identified. Multiple submissions for different component technologies will be accepted. All documents shall be portion marked accordingly. Submission of proprietary and other sensitive information shall be marked and identified with disposition instructions (submitted material will not be returned). All respondents to this RFI MUST BE U.S. CITIZENS. All emailed questions and RFI responses shall contain the subject line: "RFI response Technical Forensics and Exploitation Support Services" Responses are required in electronic copy Adobe.pdf format. Documents shall not exceed 10 (ten) pages in length - excluding title page and table of contents. An individual response submission from an offeror shall be classified either UNCLASSIFIED or CLASSIFIED. Unclassified responses must be submitted via email to: usarmy.apg.rdecom-cerdec.mbx.i2wd-tfess-rfi@mail.mil Classified responses shall be submitted via SIPRNet to: usarmy.apg.cerdec.mbx.i2wd-tfess-rfi@mail.smil.mil. Responses submitted by contractors that contain U.S. Classified Military Information generated in conjunction with a DoD program should be classified in accordance with the applicable Security Classification Guide (SCG). Please include a copy of the SCG with the submission. Only U.S. citizens are authorized to respond to this RFI. If you need to send material of a higher classification, contact the security office at APG, MD, by calling (443) 861-0482. Any additional information you may need can be provided. Questions and requests for clarification of information must be submitted to: usarmy.apg.rdecom-cerdec.mbx.i2wd-tfess-rfi@mail.mil, no later than 10 days after posting to FBO.gov. ALL responses to this RFI are due by 29 February 5:00 p.m., Eastern Standard Time, after posting to FBO.gov. Requests must be submitted only to the email address specified above. Any other forms of request for additional information will not be honored. Clarification may be in the form of Distribution D: Distribution authorized to DoD and U.S. DoD Contractors only or SECRET information. This controlled information will not be disseminated without appropriate proof of respondent's access to such materials.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ea6d4b8deffd1652c395d3625878c0e0)
 
Record
SN04003325-W 20160130/160128234211-ea6d4b8deffd1652c395d3625878c0e0 (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.