SOURCES SOUGHT
A -- Request for Information (RFI) for Chemical Biological Applications & Risk Reductions (CBARR) Mission Support Contract (MSC)
- Notice Date
- 7/2/2012
- Notice Type
- Sources Sought
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- ACC-APG - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-12-I-0005
- Response Due
- 7/23/2012
- Archive Date
- 9/21/2012
- Point of Contact
- Mackenzie Ebling, 410-436-4503
- E-Mail Address
-
ACC-APG - Edgewood
(mackenzie.t.ebling.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a Request for Information (RFI) and is not a request for proposals (RFP). The government will not award a contract on the basis of this notice, or otherwise pay for information solicited by it. Proprietary information should be clearly marked. The requested information is for planning and market research purposes only and will not be publicly released. In accordance with FAR 15.201(E), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. DESCRIPTION The U.S. Army Edgewood Chemical Biological Center (ECBC), provides executive management of Army and joint service Nuclear, Biological, and Chemical (NBC) defense research, development, and engineering programs for NBC defense systems, and serves as the single executive agent throughout each program's life cycle. The ECBC is headquartered at the Edgewood Area of Aberdeen Proving Ground (APG), Maryland. ECBC's Chemical Biological Applications & Risk Reductions (CBARR) Business Unit is conducting market research to identify potential sources for mission support services related to environmental, safety, health, and research activities. Primarily, ECBC is seeking information from vendors that have the necessary capabilities to perform the general requirements listed in the Capabilities Summary below. SUBMISSION OF INFORMATION All domestic small businesses are encouraged to respond to this RFI by submitting a white paper. If already involved in a contract with the Department of Defense, include that contract number. Also, the respondent should state if it is a small business and if so, if it is considered small disadvantaged 8(a). Vendors desiring to respond to this request should provide a white paper as follows: White Paper: The white paper shall be limited to ten (10) pages (8.5inches x 11inches) of English text. It shall be single-spaced, 12 font size with 1 inch left, right, top and bottom margins. Any proprietary information that is intended only for evaluation purposes by the Government must be identified and appropriately marked. See Federal Acquisition Regulation (FAR) 3.104-4; 52.215-1(e). White paper should address the following: -Past Experience. Describe the firm's experience performing services similar in scope to those described in the Capabilities Summary below. -Labor Capabilities. Discuss how the firm's existing labor resources are capable of performing the work described in the Capabilities Summary below, including any educational degrees associated with specific career fields, relevant experience with chemical warfare agents, and specialized training and/or certification in detection and decontamination systems as well as chemical and biological agents, etc. Ensure that each of the labor resource areas discussed in the Anticipated Labor Resource Requirements section of the Capabilities Summary is addressed specifically. -Teaming Arrangements. If the firm intends to utilize the support of a subcontractor, partner, or other entity in the performance of the described requirements, the firm should discuss how the functions would be shared, including what percentage of the work would be performed in-house. -Surge Requirements. Describe the firm's capabilities and processes that would be used to provide support to surge requirements in the fields of chemical & biological agents and detectors & decontamination. Surge support consists of additional personnel that may be called upon to support CBARR missions. These additional personnel may only be required for 30 days up to 6 months and would not be needed for contract sustainment. Specifically address self-performance versus utilization of other entities. The white paper shall be submitted in Portable Document Format (pdf) or Microsoft Word format. Submissions are to be sent no later than 5:00 pm on 23 July 2012 to: mackenzie.t.ebling@us.army.mil Submitter must include the company information listed below: Company Name Address Point of Contact Business, Size Standard and NAICS code This notice is not to be interpreted as a commitment by the US Government. It is not an opportunity to acquire funding to support current or future development efforts. Submitters will not be notified of the results of the information submitted. Nor will the Government reimburse for information provided. This market research represents a new requirement, portions of which were competed under W911SR-09-R-0018 entitled Environmental Sciences Support Services Contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/00e0a0f157ec3629b69969db0b3c39a9)
- Place of Performance
- Address: ACC-APG - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD
- Zip Code: 21010-5424
- Zip Code: 21010-5424
- Record
- SN02792572-W 20120704/120702235632-00e0a0f157ec3629b69969db0b3c39a9 (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 |