Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2013 FBO #4352
SOURCES SOUGHT

R -- Sources Sought for Anti-Armor Analysis Program (AAAP) Support

Notice Date
10/22/2013
 
Notice Type
Sources Sought
 
NAICS
561611 — Investigation Services
 
Contracting Office
National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
 
ZIP Code
22911-8318
 
Solicitation Number
W911W5-14-R-AAAP
 
Response Due
11/5/2013
 
Archive Date
12/21/2013
 
Point of Contact
Brian K Ellison, 434-980-7818
 
E-Mail Address
National Ground Intelligence Center
(brian.k.ellison2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY This is a Sources Sought notice requesting written documentation only. Responses to this announcement will be used by the Government to make appropriate acquisition decisions. This notice is for planning purposes only, and does not constitute an Invitation for Bid, Request for Proposal, Solicitation, Request for Quote, or an indication that the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement or any follow-up information requests. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation. All interested sources must respond to any future solicitation announcements separately from responses to this market survey. The National Ground Intelligence Center (NGIC) is the Defense Department's primary producer of ground forces intelligence. NGIC produces scientific and technical intelligence and military capabilities analysis on foreign ground forces required by warfighting commanders, the force modernization and research and development communities, Defense Department, and national policymakers. NGIC is conducting market research for a potential requirement. NGIC is performing market research for Anti-Armor Analysis Program (AAAP) Support services for the Combat Incident Analysis Division (CIAD) at NGIC. The program collects, collates, and analyzes data on attacks against U.S. and coalition forces worldwide. The purposes of this notice are to obtain market information about the availability and capability of sources, potential competition, set-aside determinations, how prospective firms would provide intelligence and operational support for the CIAD, and approximate costs and implementation timelines. The basic mission requirements for CIAD are: Collect all available information on attack incidents against U.S. and select foreign forces worldwide, analyze these attacks, populate key fields within a database that holds all relevant attack data, manage and maintain this database to facilitate its mission, and use the database to provide responses to technical inquires (RFI). Develop collection techniques on Attack Scene Investigations and Battlefield Vehicle Forensics. Forward deploy Vehicle Forensic collectors and analysts as necessary. Work with the U.S. Army Training and Doctrine Command (TRADOC) and inter-agencies (BATF-E, DoS DSS, etc.) to implement CIAD collection methodologies and requirements. Direct communication between CIAD and Battalions. Support the Joint Trauma Analysis and Prevention of Injury in Combat Program (JTAPIC) mission as directed by the JTAPIC Charter. Strengthen ties with other Intelligence Service Centers, inter-agencies, and allies. These services will be performed primarily onsite at the NGIC in Charlottesville, VA. Anticipated labor categories/duties might include: Armed Forces Medical Examiner's (AFME) Liaison, Computer Programmer Database, Battle Damage Collector Continental United States (CONUS), Crew Injury Analyst, Data Analyst I, Data Analyst II, Database Programmer, Incident Reconstruction Analyst, Information Technology (IT) Generalist, Intelligence Analyst, Intelligence Analyst/Quality Management, Lead Senior Battlefield Vehicle Forensic Teams (BVFT) Outside Continental United States (OCONUS), Project Manager (OCONUS), Project Manager/Lead Analyst, Senior BVFT (OCONUS), Senior Computer Programmer, Senior Lead BVFT (OCONUS), Statistician, Technical Requirements/Documentation Specialist, Trainer, Training Manager, and Web Programmer. Performance requires a TOP SECRET contractor facility clearance. Contractor personnel performing under this contract shall be U.S. Citizens, have a final TOP SECRET clearance with a Single Scope Background Investigation (SSBI), and shall be eligible for indoctrination to the Sensitive Compartmented Information (SCI) level. Some positions may require a Polygraph examination if additional accesses are required. The contractor is responsible for obtaining all necessary security clearances for contractor personnel. This TOP SECRET level contractor facility clearance requirement may also apply to affiliates, team members, and subcontractors if they have access to classified information. A cost-reimbursable type contract is anticipated with up to four (4) option-year periods, (i.e., base year plus four (4) option years). Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 (Limitations on Subcontracting). 13 C.F.R. 125.6 contains the prime contractor performance requirements under these limitations on subcontracting rule. Failure to definitively address each of these factors may result in a finding that the respondent lacks the capability to perform the work. SUBMISSION INSTRUCTIONS: Prospective sources possessing the capability, experience, and security clearance qualifications are invited to submit a response to this Sources Sought for the NGIC AAAP Program. Please do not provide standard marketing brochures, catalogs, etc. Responses to this notice shall be limited to no more than fifteen [15] pages, 8.5 quote mark x 11 quote mark paper, 12 pitch, Arial font, with a minimum of one (1) inch margins all around, and must include: 1.Company name, mailing address, telephone and FAX numbers, and website address (if available). 2.Name, title, telephone number, and e-mail addresses of point(s)-of-contact having the authority and knowledge to clarify responses with Government representatives. 3.Capability statement(s) demonstrating a prospective firm's capability, experience, and/or ability to marshal resources to effectively and efficiently perform the tasks to provide intelligence and operational support for the AAAP program. 4.Pricing Information: The NGIC seeks pricing information rather than a Rough Order of Magnitude (ROM). NGIC is looking for competitive market pricing with a place of performance at Rivanna Station, Charlottesville, VA. The labor categories identified in this Sources Sought notice encompass the services necessary to meet the requirements. NGIC is trying to determine the availability of firms in the commercial marketplace to fulfill the anticipated performance-based requirements. NGIC is looking for firms to demonstrate what labor categories they would use and bill (fully burdened commercial hourly rates) to perform the services. Please provide the information requested in the attached spreadsheet. NGIC appreciates your support in providing information for this notice and market research effort. 5.Responders should identify any relevant contracts under North American Industry Classification System (NAICS) code 561611, Investigation Services. Please identify whether your firm is a Large Business, Small Business, Very Small Business, Small Disadvantaged Business, 8(a) Program Small Business, Women-owned Small Business, HUB Zone Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, and/or a Native American Small Business under the proposed NAICS code. The small business size standard associated with NAICS 561611 is $19.0M. Also, please submit copies of any documentation such as letters or certificates to indicate your firm's status. 6.DUNS number, CAGE Code, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the System for Award Management (SAM) database (https://www.sam.gov/portal/public/SAM/) to be considered as potential sources. 7.Identification of the firm's GSA Schedule contract(s) by contract number schedule number and SINs that are applicable to this potential requirement are also requested. 8.If the company has a Government approved accounting system, please identify the agency and point of contact that approved the system. 9.Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personnel reviewing responses will have signed nondisclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. All interested sources shall send all feedback and responses in writing electronically to Jessica C. Mullins, Contracting Officer at jessica.c.mullins.civ@mail.mil and Brian K. Ellison, Contract Specialist at brian.k.ellison2.civ@mail.mil with quote mark W911W5-14-R-AAAP quote mark in the email subject line. Responses must be received no later than 4:30 PM Eastern Standard Time (1630 hours) on Tuesday, 5 November 2013. Responses received after this date and time may not be reviewed. An Ombudsman has been appointed to address concerns from interested firms during this phase of the acquisition. The Ombudsman does not diminish the authority of the Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government official. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman is Mr. Jeffrey D. Willey, INSCOM Acquisition Center, at (703) 428-4595. The Ombudsman should only be contacted with issues or problems that have previously been brought to the attention of the Contracting Officer and could not be satisfactorily resolved at that level. Responses to this announcement will not be returned, and there will not be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and the Contracting Officer or NGIC CIAD manager may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is the responsibility of potential offerors to monitor the FedBizOpps website for the release of any solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-14-R-AAAP/listing.html)
 
Place of Performance
Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
Zip Code: 22911-8318
 
Record
SN03220168-W 20131024/131022234030-9b4061b8ba9529bbac654dba233117de (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.