SPECIAL NOTICE
A -- DTRA A&AS PMO Draft RFP Synopsis
- Notice Date
- 4/24/2020 11:16:51 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- DEFENSE THREAT REDUCTION AGENCY FORT BELVOIR VA 220606201 USA
- ZIP Code
- 220606201
- Response Due
- 5/1/2020 7:00:00 AM
- Archive Date
- 05/16/2020
- Point of Contact
- DTRA Mailbox RD Services
- E-Mail Address
-
dtra.belvoir.al.mbx.dtra-rd-services@mail.mil
(dtra.belvoir.al.mbx.dtra-rd-services@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This synopsis is issued to acquire Advisory & Assistance Support (A&AS) services (total set-aside in accordance with FAR Part 19 Small Business Program) for the nonpersonal services contract to provide programmatic, financial and policy expertise across the Research and Development (RD) Directorate in support of the Defense Threat Reduction Agency (DTRA) located at 8725 John J. Kingman Road, Fort Belvoir, Virginia, 22060-6201.� This Synopsis is issued in accordance with FAR 5.207 while solicitation documents are processing for their approved release. Additional forthcoming package documents to be posted may include, but are not limited to Contract Data Requirements List (CDRL's); final Performance Work Statement; final DD254; and final Performance Guarantee Agreement (Joint Venture only).� The NAICS code for this requirement is 541330 with Size Standard $16.5 million with a Service Code of AR76.� This requirement has a one (1) year Base period and will have four (4) 1 year Option periods.� The A&AS services will support across the chemical, biological, radiological, nuclear and high-yield explosives (CBRNE) spectrum and in the countering weapons of mass destruction (CWMD), countering improvised threats (CIT) and countering improvised threat networks (CTN) mission domains.� The contracting officer has determined that market research supports a total small business set aside for the Programmatic (PMO) A&AS Follow On contract. This decision is based on a review of FAR 19.5, results from market research following three one-on-ones with industry, further industry responses to a posted Request for Information, and capability statements provided by small businesses in industry.� FAR 19.502 gives criteria to the contracting officer for decision to award a total small business set aside. (1) Offers will be obtained from at least two responsible small business concerns; and (2) Award will be made at fair market prices.� Small business provided performance and/or financial capability statements as evidence of their ability to prime for this award.� The solicitation number for this requirement will be HDTRA1-20-R-0002.� The intent is for the solicitation to be released soon after the required wait period per FAR Part 5 (15 days from synopsis posting).� Items of note for the final solicition requirements are as follows.� 1) The Offeror must possess, or acquire prior to award of this contract, a TOP SECRET facility clearance at the corporate level (DTRA will not sponsor offerors for DSS facility clearances); 2) Any Offeror�s accounting systems not approved by DCAA at the time of award will be ineligible for award; 3) Offeror is to identify a maximum of five references for the prime as well as a maximum of three per team member for other divisions, subcontractors, teaming contractors, or joint venture partners for which utilization is proposed.� The references shall represent recent contracts/task orders (within the past five years) that the Offeror considers most relevant in demonstrating the Offeror�s ability to perform the proposed effort.� Department or Agency specific ID/IQs may be cited as a reference, but not to include Federal Supply Schedule or Government Wide Acquisition Contracts. �4) Restrictions:� The prime contractor and its subcontractors are precluded from participating as a contractor, subcontractor or consultant on future non-A&AS contracts where the RD Department is the requiring and/or funding activity, including CWMD IDIQ task orders.� This restriction will terminate one year after final payment on the contract.� Restrictions upon use of Government information and the requirement to protect proprietary information are permanent. Points of contact for this Synopsis are Mr. Ronald Laliberte, Contracting Specialist and the contracting officer, Ms. Mary Kay Chase.� Responses to this synopsis should be submitted to dtra.belvoir.al.mbx.dtra-rd-services@mail.mil no later than 10:00 AM EDT 7 days from this synopsis posting.� This requirement is subject to the availability of funding.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c99ec12d4ddd483ab90f3aa25bff3d39/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN05635082-F 20200426/200424230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |