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, 2016 FBO #5510
SOURCES SOUGHT

R -- STIL Request for Capability Statements - STIL Attachment 1

Notice Date
12/22/2016
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
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
288-0006-17
 
Archive Date
1/5/2017
 
Point of Contact
Mishelle Miller,
 
E-Mail Address
contracting_officers@dodiis.mil
(contracting_officers@dodiis.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
STIL Section H STIL SOW Attachments STIL SOW STIL Attachment 2 STIL Attachment 1 SOURCES SOUGHT FOR THE NATIONAL MEDIA EXPLOITATION CENTER (NMEC) SCIENCE AND TECHNOLOGY INTEGRATION LAB (STIL) •1. Summary of Requirement. The Virginia Contracting Activity is seeking to identify qualified sources that have the ability to meet Government requirements for services and operational support of a Science and Technology Integration Lab (STIL). The National Media Exploitation Center ( NMEC) requires contractor services and support to include the identification, evaluation, integration and transition of various software and hardware technologies in digital media technology to support digital forensics tradecraft, content processing and analysis/reporting technology. All personnel performing services must have a Top Secret/SCI clearance and the company must have a Top Secret facility clearance and ability to store classified materials at the Secret level. •2. Incumbent. This effort is currently being performed by Armedia LLC under a competitive small business set-aside contract on a firm fixed price / level of effort contract type, HHM402-13-C-0070, which expires 28 September 2017. •3. Set-Aside. The set-aside for this Pre-Solicitation Notice is either small disadvantaged or service disabled veteran-owned business (SDVOB), or both. Any size company may submit, but the Government is seeking capability statements from one or both of the set-asides identified. The requirement will be set-aside for a small business, small disadvantaged business, or a SDVOB. •4. NAICS and Size Standard. The applicable North American Industry Classification System (NAICS) code for this acquisition is 541380 Testing Laboratories which has a $15M small business size standard, and potential offerors must be currently registered in the System for Award Management (SAM). •5. Statement of Work. The draft Statement of Work (SOW) is being released and made available through this Pre-Solicitation notice (Attachment 3), as it contains sufficient information to permit potential offerors to make an informed decision about whether to participate in this acquisition. •6. Postings on FedBizOpps. This Pre-Solicitation Notice is related to these other notices: Science and Technology Information Laboratory TEM, August 09, 2016 https://www.fbo.gov/spg/ODA/DIA/ZD50/TEM-STIL/listing.html Science and Technology Integration Laboratory Solicitation HHM402-13-R-0050 https://www.fbo.gov/spg/ODA/DIA/ZD50/HHM402-13-R-0050/listing.html Science and Technology Integration Lab Request for Information https://www.fbo.gov/spg/ODA/DIA/ZD50/VACA-021513/listing.html •7. Voluntary Down-Select. The acquisition will be conducted using the advisory multi-step process (hereafter referred to as "voluntary down-select") pursuant to Federal Acquisition Regulation (FAR) 15.202. The Virginia Contracting Activity (VaCA) requests that only potential PRIME offerors submit information. The submitted statement will allow the Government to advise Offerors about their potential as viable competitors. •8. What to Submit. A written electronic submission is required in response to this notice. The page size is to print to a Standard 8.5 x 11-inch paper using Times New Roman, 12-point font, with one inch margins. The file shall be only one, in PDF or Word, and shall be no more than seven pages in its entirety. Do not include a cover page. Any pages beyond seven will not be reviewed. A. Statement of Capabilities This section is limited to four pages. Include the Offeror's company information using the template contained in Attachment 1. The Government will evaluate each Offeror's Statement of Capabilities based on their ability to demonstrate a broad understanding of the services and support delineated in the SOW. B. Similar Experience This section is limited to three pages. The Offeror's similar experience information shall be provided on the matrix template contained in Attachment 2. Any information provided by the Offeror's referenced customers is subject to verification/validation by the Government during the evaluation process. The Government will evaluate each Offeror's Similar Experience and will examine the Offeror's efforts to determine the extent of experience the Offeror has with programs similar in size, scope and complexity as envisioned by program. Offerors with significant experiences with programs of similar size, scope, and complexity may be looked upon as more viable competitors. •9. How to Submit. The Offeror's response shall be submitted via email to the attention of Ms. Mishelle Miller, Contracting_Officers @dodiis.mil no later than 04 January 2017 by10:00 a.m. EST. Use the Notice title in the subject line. •10. Government Confirmation. The Government will confirm receipt via email within two business days. •11. Government Response. All Offerors will receive a viable/not viable determination letter response via email. Offerors that the Government considers not to be viable competitors will receive, in writing, the general basis for the Government's findings. In accordance with FAR 15.2029(b), those Offerors will also be advised that, notwithstanding the advice provided by the Government in response to their submissions, they may participate in the resultant acquisition. •12. Future Acquisition. A company need not submit a statement to participate in the later RFP. Following this pre-solicitation process, the Government estimates the release of the formal RFP in the 2nd quarter Fiscal Year 2017, with an award expected in the 3rd Quarter. •13. Point of Contact. The Government Contracting Officer Point of Contacts for any questions or concerns in regards to this notice is Ms. Mishelle Miller, Contracting_Officers@dodiis.mil. No telephone calls will be accepted. Use the title of this Notice for the email's subject line. Do not use any other email address nor method unless specifically directed. Communication with individuals not in acquisitions may be a violation of the Procurement Integrity Act. •14. Non-Governmental Personnel. VaCA plans to use non-government personnel in support of this acquisition pursuant to FAR Subpart 37.2 Advisory and Assistance Services. This pre-solicitation notice contains the following Defense Intelligence Agency Acquisition Regulation Supplement & Instruction (DARSI) provision: 1052.209-98 UTILIZATION OF SUPPORT CONTRACTORS BY THE GOVERNMENT (FEB 2009) a. Offerors are advised that non-government employees will serve as advisors for assisting the government during evaluation of proposals. The government will authorize these persons access only to those portions of the proposal data and limit discussions only for the purpose of providing technical advice on specialized matters or particular issues. They shall be expressly prohibited from scoring, ranking, or recommending the selection of a source. b. The government is responsible for proper safeguards to ensure proposal evaluation objectivity. In this regard, the government exclusively retains all source selection decision authority and supporting decision responsibilities. Moreover, all participants in the proposal review process with access to source selection sensitive information are required to execute a government nondisclosure agreement. c. Government support contractors who may be involved in review of proposals submitted in response to this solicitation are identified as follows: Ms. Cynthia Tran, and Ms. Karen J. Blum, under an Advisory and Assistance Services Contracts held by Prime Contractor, Government Contracting Solutions (GCS), a wholly owned subsidiary of PSS, 8251 Greensboro Drive, Suite 500, McLean, VA 22102. POC: Mr. Gregory R. Anderson, Director of Contracts, Email: ganderson@gcsinfo.com. d. Offerors who submit proposals in response to this solicitation do so with the express understanding that government support contractors serving as advisors in the proposal review process may have access to the Offerors' proposal information, as described above. Offerors requiring nondisclosure agreements with any government support contractor are not relieved of solicitation submission time requirements, nor is the government required to provide additional time to Offerors requiring their own bilateral nondisclosure agreements with any government support contractor. e. Offerors requiring nondisclosure agreements with any government support contractor shall: (i) Inform the contracting officer of the Offeror's requirement; (ii) Contact the government support contractor and negotiate the necessary terms and conditions and obtain the contractor's written agreement; (iii) Provide a signed copy of each such nondisclosure agreement executed to the contracting officer with their proposal submission; and (iv) Indicate in the proposal that the support contractor(s) may utilize the Offeror's proprietary data in evaluating the Offeror's proposal. f. The Offeror shall notify their prospective subcontractors who are submitting proprietary information that the above government support contractors may require similar access to this information. Any such subcontractors may execute agreements directly with the above government support contractors or may authorize an Offeror to permit such access on such reasonable terms as the subcontractor may provide. For each such subcontractor agreement executed, Offerors shall provide a copy of such agreements with their proposal, and shall indicate in the proposal that the government support contractor(s) may utilize subcontractor proprietary data in evaluating the subcontractor's proposal for this acquisition. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/288-0006-17/listing.html)
 
Place of Performance
Address: NCR, United States
 
Record
SN04359397-W 20161224/161222235238-6037bae1e58e8b71162af0649875c13c (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.