Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 08, 2016 FBO #5159
SOLICITATION NOTICE

A -- NBAF OPTIC

Notice Date
1/6/2016
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
HSHQDC-16-R-00040
 
Point of Contact
Aaron H. Ford, Phone: 2022546302
 
E-Mail Address
Aaron.Ford@dhs.gov
(Aaron.Ford@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Homeland Security, Science & Technology (DHS/S&T) Directorate intends to issue a solicitation for the National Bio and Agro Facility (NBAF) Operational Planning and Technology Integration Contract (OPTIC). The following sections/paragraphs provide the following information (1) an overview of the NBAF, (2) a discussion of the Programmatic Objectives for the NBAF, (3) a discussion of the technical requirements of the NBAF OPTIC and (4) general administrative guidance/information: Overview of NBAF: NBAF will be a state-of-the-art biocontainment facility for the study of foreign animal, emerging and zoonotic (transmitted from animals to humans) diseases that threaten the U.S. animal agriculture and public health. NBAF will provide and strengthen our nation with critical capabilities to conduct research, develop vaccines and other countermeasures, and train veterinarians in preparedness and response to these diseases. For the past 50 years, the Plum Island Animal Disease Center (PIADC) has served as the primary facility to conduct this research. However, PIADC is nearing the end of its life-cycle and needs to be replaced in order to meet U.S. research requirements and ensure the timely development of countermeasures in the event of an outbreak. NBAF meets the need and will serve as a replacement for the PIADC facility. Strategically, NBAF will boast of new and expanded capabilities, specifically, large Animal Bio-Safety Level 4 (ABSL-4) containment for the study of high-consequence diseases affecting large livestock. The mission of the NBAF includes: • Providing enhanced research capabilities to diagnose foreign animal, emerging and zoonotic diseases in large livestock. • Providing expanded vaccine and countermeasure development capabilities for large livestock. • Replacing and expanding research currently done at PIADC in New York, and continuing the partnership between DHS and the United States Department of Agriculture Animal Research Service (USDA/ARS) and Animal Plant Health Inspection Service (USDA/APHIS). Additional information regarding the NBAF program, mission, site, facility, and timeline can be found at http://www.dhs.gov/national-bio-and-agro-defense-facility. NBAF Programmatic Objectives: The NBAF is currently in the construction phase for the site and infrastructure facilities and will soon be entering construction for the full laboratory. As construction progresses, it is the intent of DHS to award two contracts: (1) OPTIC, an Indefinite-Delivery/Indefinite-Quantity (IDIQ) contractual vehicle and (2) a Management, Operations & Research Support (MORS) contract. The OPTIC contract will support the Government in the development of operational planning, schedules, assessments, and acquisition. The MORS contract will support the laboratory fit-out, Select Agent registration and other certification processes and provide the steady-state operations of the NBAF within a Government-Owned, Government-Operated (GOGO) operations model utilizing heavy Contractor support. Discussion of the Technical Requirements for NBAF OPTIC: As discussed above in NBAF Programmatic Objectives, the NBAF OPTIC will provide management and coordination subject matter experts to ensure the efficient transition from construction to full laboratory operations. The scope of work on the NBAF OPTIC will include but is not limited to the following: a. Identify and work with key stakeholders to draft the NBAF Concept of Operations (CONOPS). The CONOPS will describe the operations of the NBAF for individuals and organizational entities who will use, fund, and/or oversee the facility. b. Provide outreach and communications support including the developing of branding, messaging, graphic and video design and logistical support. c. Collect and document the Information Technology (IT) system requirements from the appropriate stakeholders, design a system architecture that meets the requirements, identify the associated specifications for that design and then draft the procurement documentation to allow NBAF to start the procurement process to accommodate a number of different user types and software platforms. d. Provide ongoing support during the IT system development effort. e. Prepare the technical requirements and associated acquisition documentation to support the Government's development of a Request for Proposal (RFP) for the MORS contract. f. Update the Room Data Sheets to provide descriptions of the types of activities that will occur in each room in NBAF as well as the equipment expected to be installed in the space. General Administrative Guidance/Information: The Government anticipates that the type of contract that will be used for this requirement will be Indefinite-Delivery/Indefinite-Quantity (IDIQ). The Government anticipates that it will issue a single-award IDIQ contract from the solicitation and that it will issue Firm-Fixed-Price (FFP) task orders to the Contractor for the performance of specific work under OPTIC. In addition, there will be a separate IDIQ line item established for Work-For-Others (WFO) Program that will allow for the issuance of FFP Task Orders for the performance of work sent to DHS by other Federal Agencies. The basic contract consists of a one-year base period and four traditional one-year option periods. For this requirement, it is anticipated that the Government will add five earnable Award-Term incentive periods to provide a positive non-monetary incentive to the successful Contractor to earn five additional years of contract term for exemplary performance. DHS/S&T intends to solicit the NBAF OPTIC as a full and open competitive procurement. The Government has conducted extensive market research and determined to not set aside the subject procurement. The Government issued a Request for Information (RFI) on May 15, 2015 for market research purposes to determine the interest and capability of Small Business to participate in this acquisition. Of the six responses to the RFI, five responses were from large business, non-profit organizations and one response was from a university. The Government's evaluation of the RFI responses indicated that five of the six were capable of performing the technical requirements for this acquisition and it was recommended that the procurement be issued as a Full and Open Competitive solicitation. In addition, the Government did not receive any responses to the RFI from potential Small Business concerns. The market research indicated that there was not a competitive pool of Small Business concerns that exist within the commercial marketplace that would have the requisite depth and breadth of resources necessary in order to successfully execute the proposed contractual action. The DHS Office of Procurement Operations Small Business Specialist reviewed the RFI analysis and concurred with the decision that this requirement not to be set-aside for small business for this effort. This will be a competitive best value trade-off source selection conducted in accordance with the Federal Acquisition Regulation (FAR) Part 15, as supplemented by the Homeland Security Acquisition Regulation (HSAR). The Government will award the contract to the Offeror who is deemed responsible in accordance with FAR Part 9, as supplemented, whose proposal conforms to the solicitation's requirements and is determined by the Government, based on this solicitation, to be the BEST VALUE to the Government. Proposals will be evaluated in accordance with the specific methodology and evaluation criteria that are set forth in Section M of the solicitation. General instructions are contained in Section L of the solicitation. It is anticipated that the solicitation will be posted on the Federal Business Opportunities (FBO) website at https://www.fbo.gov under Opportunities as solicitation number HSHQDC-16-R-00040 around January 21, 2016. The Government will not distribute hard-copy solicitations or amendments. All information concerning this solicitation, including any subsequent amendments, will be communicated via the Governmental Portal of Entry (GPE) (FBO website). DHS/S&T also plans to conduct an Industry Day event on February 4, 2016 at the NBAF Facility in Kansas. Additional information concerning this Industry Day will be will be communicated to all interested parties via the Governmental Portal of Entry (GPE) (FBO website). IMPORTANT INFORMATION FOR PROSPECTIVE OFFERORS -registration in the System for Award Management (SAM) database will be a prerequisite for receiving an award. For more information on SAM, refer to the SAM website at https://www.sam.gov. NOTICE TO PROSPECTIVE OFFERORS: Due to potential Organizational Conflicts of Interest, the Government has determined that the awardee of OPTIC will be precluded from competing on the MORS contract. Disclaimer : This pre-solicitation notice is for information only and shall not be construed as a commitment by the Government to solicit contractual offers or award contracts. The Government is not soliciting, nor will it accept, proposals as a result of this synopsis. If a competitive solicitation is issued in the future, it will be announced via FBO, and interested parties must comply with that announcement. The Government will not reimburse respondents for any questions submitted or information provided as a result of this notice. This is not a solicitation or a promise to issue a solicitation, and this information is subject to modification and in no way binds the Government to award a contract.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/HSHQDC-16-R-00040/listing.html)
 
Record
SN03984373-W 20160108/160106234759-aaa8dbdd75d57208f9406b00f6a1de0e (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.