Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2017 FBO #5875
MODIFICATION

99 -- Notice of Intent - Notice of Intent

Notice Date
12/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Other Defense Agencies, Defense Security Service, Headquarters, Russell-Knox Building, 27130 Telegraph Rd., Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
HS0021-18-Q-0005
 
Archive Date
12/4/2017
 
Point of Contact
Kayla L. Garcia, , Renee S Staton, Phone: 5713056031
 
E-Mail Address
kayla.l.garcia3.civ@mail.mil, renee.s.staton.civ@mail.mil
(kayla.l.garcia3.civ@mail.mil, renee.s.staton.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DRAFT PWS Synopsis Update: December 22, 2017 The Defense Security Service (DSS) intends to negotiate a sole source contract with the Center for Strategic and International Studies (CSIS) under authority of Federal Acquisition Regulation (FAR) Subpart 6.302-1, Other Than Full and Open Competition procedures, FAR Part 12, Acquisition of Commercial Items, and Subpart 13.5, Simplified Procedures for Certain Commercial Items, to establish a method for tax incentives to improve security in the Department of Defense (DoD) supply chain. 10 U.S.C. 2304(c) authorizes DoD to contract without full and open competition under certain circumstances. For this acquisition, other than full and open competition is permitted per FAR 6.302-1 only one responsible source and no other supplies or services will satisfy agency requirements. Only CSIS can provide the requisite breadth and knowledge base the tasks for the DSS. A demonstration that the proposed contractor’s unique qualifications or the nature of the acquisition requires use of the authority cited. The CSIS is a bipartisan, nonprofit policy research organization dedicated to providing strategic insights and policy solutions to help decision makers chart a course toward a better world and better protected United States. CSIS houses over 100 of the world’s top experts in national defense, security, cyber security, and technology protection and combined tax, security, and policy required for this particular effort. Market research was conducted and detailed in section eight, below, which further confirms that no other institution or contractor, currently, has the unique collection of experts that are available through CSIS. The CSIS staff and large network of affiliated scholars make the company uniquely qualified to conduct research and analysis on the challenges and requirements for implementing “Deliver Uncompromised” standards for major defense acquisition programs (MDAP); and international experience in cyber norms and tax regulation issues. This effort will inform thinking on tax incentives for MDAP Supply Chain Security; inform the value of trusts for MDAPs; and inform a proposed model for tax incentives that would use tax credits for technological innovation. CSIS is regularly called upon by Congress, the executive branch, and the media to explain the day’s events and offer bipartisan recommendations to improve U.S. strategy. The Government would face a high technical risk in having critical white paper deliverables be of low quality if the CSIS expertise were not applied to this effort; DSS would miss this Congressional session causing DSS to wait one more year to propose the legislation; furthermore, the funding associated with this effort would be wasted as the completed product would not be usable. This is a notice of intent and is not a request for competitive quotes or proposals. No solicitation is available; however, please see the draft Performance Work Statement. Firms that believe they can meet the requirement are encouraged to identify themselves and provide a substantive statement with descriptive literature and any other supporting information to the Contracting Officer within 15 business days of publication of this notice. All information received within 15 business days of publication of this synopsis will be considered by the Government to determine if the more than one firm can meet the Government's requirements and is capable of providing technically acceptable services. Responses to this posting must be submitted in writing via e-mail ONLY (telephonic inquiries will not be accepted.) A determination not to compete the described requirement based upon responses to this notice is solely within the discretion of the Federal Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. Any questions or comments should be directed via e-mail to Ms. Kayla L. Garcia at kayla.l.garcia3.civ@mail.mil AND Ms. Renée S. Staton at renee.s.staton.civ@mail.mil. Thank you for your interest. ************************************************************************************* Previous Synopsis: November 16, 2017 The Defense Security Service (DSS) intends to negotiate a sole source contract with the Center for Strategic and International Studies (CSIS) under authority of Federal Acquisition Regulation (FAR) Subpart 6.302-1, Other Than Full and Open Competition procedures, FAR Part 12, Acquisition of Commercial Items, and Subpart 13.5, Simplified Procedures for Certain Commercial Items, to establish a method for tax incentives to improve security in the DoD supply chain. Only CSIS can provide the requisite breadth and knowledge base the tasks for the DSS. This is a notice of intent and is not a request for competitive quotes or proposals. No solicitation is available. Firms that believe they can meet the requirement are encouraged to identify themselves and provide a substantive statement with descriptive literature and any other supporting information to the Contracting Officer within three business days of publication of this notice. All information received within three days of publication of this synopsis will be considered by the Government to determine if the more than one firm can meet the Government's requirements and is capable of providing technically acceptable services. Responses to this posting must be submitted in writing via e-mail only. A determination not to compete the described requirement based upon responses to this notice is solely within the discretion of the Federal Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. Any questions or comments should be directed via e-mail ONLY to Ms. Kayla L. Garcia at kayla.l.garcia3.civ@mail.mil. Thank you for your interest.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/149d255ccf526b61e3f521e089a0491a)
 
Place of Performance
Address: 27130 Telegraph Road, Quantico, Virginia, 22134, United States
Zip Code: 22134
 
Record
SN04775287-W 20171224/171222230850-149d255ccf526b61e3f521e089a0491a (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.