Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2010 FBO #2987
SOURCES SOUGHT

A -- REQUEST FOR INFORMATION - CBRNE AND BIOMETRICS TECHNOLOGIES AND APPLICATIONS

Notice Date
1/26/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
 
ZIP Code
20035-6563
 
Solicitation Number
26-23925-10
 
Archive Date
3/3/2010
 
Point of Contact
Quentin T. McCoy, Phone: 703-907-1696, Stephen E. Lee, Phone: 7039072855
 
E-Mail Address
quentin.mccoy@dia.mil, stephen.lee2@dia.mil
(quentin.mccoy@dia.mil, stephen.lee2@dia.mil)
 
Small Business Set-Aside
N/A
 
Description
CBRNE and biometrics Technologies and applications - RFI THIS IS A REQUEST FOR INFORMAT IO N (RFI) ONLY. This RFI is issued by the Virginia Contracting Activity (VACA) solely for information and planning purposes ; it does not constitute a formal solicitation, Request for Proposal (RF P) or a promise to i ssue a formal solicitation, RFP or Broad Area Announcement ( BA A). This RFI does not commit the Government to contract for any supply or serv ice. VACA is not seeking proposals at this time. Re sponders are advised that the U.S. Government will not pay any cost incurred in response to this RFI all costs associated with responding to this RFI will be sole l y at the interested party's expense. Not responding to this RFI does not preclude participation in any future and potential sol i c itation, or RFP. It i s the intent of VACA to use this fo r market research purposes only. If a formal solicitation is released, it will be issued via the Federal Business Opportunities ( http: // www.fbo.gov ). It is the responsibility of the potential offerors to monitor this website for any information that may pertain to thi s RFI. The information provided in this RFI is subject to change and is not binding on the Government. 1) Description: VACA is seeking to id entify qualified sources capab le of performing Chemical, Biological, and Radiological/Nuclear, Explosives (CBRNE) and Biometrics Technologies and Applications efforts to provide for the creation, maintenance, staffing, administrative support, technical support, and quality assurance for the OCONUS Laboratory System(s) (OLS). This assistance will provide for the development of analytical methods to detect emerging signatures in response to validated intelligence requirements; the identification, research and definition of forensic CBRNE and biometric signatures in response to emerging and extant validated intelligence requirements; and the identification of deployable instrumentation to detect and characterize those emerging signatures. 1a. Interested parties must be capable of : a) Identification of CBRNE material, b) Determination of the purity of CBRNE material, c) Identification of the production materials and/or fate of CBRNE material, d) Link CBRNE materials to cache, person, use, and country of origin, e) Identify persons of interest who have handled CBRNE material, f) Monitor and determine if specific chemical formulations are being improved or degraded, g) Identify unknown material to determine if materials are a chemical or biological hazard, h) Determine links between people, objects, and events and for individual identification using DNA and fingerprints collected from persons and objects. 1b. Offerors interested in the Chemical, Biological, Radiological/Nuclear and Explosives Technologies must meet, at a minimum, the following top level requirements : a) Access to chemical surety materials and facility b) Access to se l ect agents and Bio Safety Level 3 (BSL3) facility c) Access to radiological/nuclear materials and facility d) Access to explosives materials and facility e) Access to extensive testing facilities f) Ability to handle classified information i. Generate classified reporting at the SECRET level ii. Store at the SECRET level g) Demonstrate a high level of proficiency and experience working with the aforementioned materials. 2) Anticipated Acquisition Milestone Should the Government decide to award a contract(s), it will be subject to the availability of FY10 funding. 3) Requested Information: Prospective sources, possessing the qualifications, capability, and experience to respond to this RFI, are invited to submit documentation (no more than 20 pages all inclusive) in response to items listed under 1 a. and 1 b. abo v e and outlining the following items: •a) Company information, which includes point of contact, address, type of company, size and security clearance and CAGE Code. •b) Description of experience in the field of chemical, biological, radiological/nuclear, explosive, and human DNA forensic analysis. •c) Research and past work to improve the collection of the aforementioned materials. •d) Description of experience operating and maintaining the instrumentation and software required to analyze chemical, biological, radiological/nuclear and explosive samples. •e) Research and past work performed developing protocols, procedures, test plans and training materials. •f) Description of facilities available including laboratory spaces, equipment available and technical capabilities to perform CBRNE testing, evaluation and training. •g) Description of technical and managerial capabilities to assess current technologies, design and develop prototypes, verify/test prototypes and provide training/materials to end users. •h) Description of the quality control and quality assurance processes and procedures implemented to ensure reproducible results. A rough order of magnitude (ROM) estimate (fees, materials, program management, etc.) and labor skill sets required to perform the design, development, optimization and verification of government requirements. •i) GSA schedule contract or other GWAC contract number, expiration year, labor category classification and number, rate and POP information. •j) Relevant Corporate Knowledge/Experience related to the services identified above: (1) Identify no more than five (5) relevant contracts held within the last five years. For each contract provide: (a) the contract number and awarding agency/office; (b) the Full Time Equivalents (FTEs) provided; (c) the subcontractors that were on the team and their % of participation; and the name, address, commercial phone number, classified and unclassified e-mail addresses of the contract officer and the contracting officer's representative. •k) For personnel availability describe the availability of SECRET/SI/TK-cleared personnel meeting the requirements and possessing skills needed to fulfill these requirements. Synopsized resumes, no longer than one page in length, should be used. Individuals' names are not required to be on the resumes. Resumes will not count against the total page count. •l) Identify any known, or potential, organizational conflicts of interest (OCI) that may result from a successful offer, and briefly describe how the OCI will be mitigated. 4) Submission Instructions: a) Interested parties are requested to respond to this RFI inclusive of answers to the requested information listed above. The associated North American Industry Classification System (NAICS) code is 541712 (Research and Development in the Physical, Engineering and Life Sciences - except biotechnology). b) Responses shall be limited to 20 pages all inclusive and submitted via email ONLY to Stephen Lee, Contract Specialist at Stephen.Lee2@dia.mil. VACA reserves the right to review late submissions but makes no guarantee to the order of or possibility for review of late submissions. c) Respondents shall provide their responses in softcopy form (electronically) in Microsoft Word compatible format ONLY and are due no later than 3:00 PM (local Eastern Time) on Tuesday February 16, 2010. d) Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED and completely separated. Be advised that no submissions will be returned. All submissions will be disposed of in accordance with the instructions provided in prospective sources response. If no instructions are listed, the VACA will dispose of at their discretion. e) Responses to this RFI may be evaluated by Government technical experts. The program office has contracted for various non-government, scientific, engineering, technical and administrative staff support services, some of which require contractors to obtain access to proprietary information submitted by other contractors. All non-government contractor support personnel have signed and are bound by the appropriate non-disclosure agreements and organizational conflict of interest statements. The Government may also use these selected support contractor personnel as technical advisors in the evaluation of submissions. Non-government staff support personnel will not have access to RFI that may be labeled by the offerors as Government Access Only. •f) This notice is for information and planning purpose only and does not commit the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government use. Any proprietary information should be so marked. Interested bidders presenting a capability statement must provide the following: 1) company name and address; 2) point of contact; 3) phone/fax/email; 4) NAICS Codes, 5) business size and status, type of small business if applicable (e.g. 8(a), women-owned, HUB Zone Small Business, etc.) and 6) capability information in response to the requirement. 5) Bidders Conference: The government does not intend to conduct a Bidders Conference. 6) Questions: All questions are to be submitted to Quentin McCoy, Contract Specialist at Quentin.mccoy@dia.mil. The Government will endeavor to respond to all valid questions submitted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/26-23925-10/listing.html)
 
Place of Performance
Address: Various location, United States
 
Record
SN02050529-W 20100128/100126235329-42fcf4b58a8a03fa83472c0e08c46cd7 (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.