Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2020 SAM #6776
SOURCES SOUGHT

99 -- Less than Lethal Diplomatic Compound Defense Systems

Notice Date
6/16/2020 8:19:36 AM
 
Notice Type
Sources Sought
 
Contracting Office
ACQUISITIONS - AQM MOMENTUM WASHINGTON DC 20520 USA
 
ZIP Code
20520
 
Solicitation Number
RFI143623
 
Response Due
7/9/2020 11:00:00 AM
 
Archive Date
07/09/2020
 
Point of Contact
Katherine Vultaggio, Kristian Ekholm
 
E-Mail Address
vultaggiokl@state.gov, ekholmkr@state.gov
(vultaggiokl@state.gov, ekholmkr@state.gov)
 
Description
SOURCES SOUGHT and� REQUEST FOR INFORMATION�� Less than Lethal Diplomatic Compound Defense Systems� PURPOSE� The purpose of this Request for Information (RFI) / Sources Sought (SS)�is to accomplish market research pursuant to Federal Acquisition Regulation (FAR) Part 10, and to identify businesses capable of performing the functions described herein.��The Government is requesting information regarding the capabilities of companies that could support the requirements of�the Department of State (DOS)�as described in this RFI/SS.� THIS IS A REQUEST FOR INFORMATION ONLY.� This�RFI/SS�is issued solely for information and planning purposes � it does not constitute a solicitation or a promise to issue a solicitation in the future.� This request for information does not commit the Government to contract for any supply or service whatsoever.� Furthermore, the Government is not seeking proposals, and�will not accept unsolicited proposals.��� � Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI/SS; all costs associated with responding to this RFI/SS�will be solely at the respondent�s expense.� Not responding to this RFI/SS�does not preclude participation in any future solicitation, if any is issued; however, industry responses, or lack of responses may impact the future strategy of Government acquisition efforts.� � STATEMENT OF OBJECTIVES (SOO)� Project:� LTL Diplomatic Compound Defense System Market Research, Systems Testing and Evaluation�Services� Purpose:��The Department of State, Bureau of Diplomatic Security, Countermeasures Directorate, Office of Physical Security Programs, Defensive Equipment and�Armored Vehicle Division (DS/PSP/DEAV) is seeking an industry partner to provide market research and subject matter expertise in less-than-lethal (LTL) diplomatic compound defense systems and to provide specialized facilities to perform testing and evaluation for Government-selected solutions under controlled conditions (e.g., contractor-provided laboratory and range environment).� �� Background:��The current international environment presents significant challenges for the conduct of U.S. diplomacy abroad with terrorist attacks and civil unrest directed at U.S.�diplomatic facilities even in friendly countries.� Moreover, DOS increasingly finds itself conducting diplomatic missions not only in combat zones supported by the U.S. military, but also in failed states where terrorism is an ever-present fact of life.��� To defend�its compounds�against intruders and other unauthorized activities, the Department of State�employs�a tiered system�of physical, technical�and personnel security measures.��The tiers start outside the perimeter walls and end within the secured spaces of the�compound,�with each tier adding to the overall defense.��Some of the�security measures�are�intended�to deter, detect�and delay perpetrators of hostile or clandestine acts,�and provide notification and response time for security personnel;�others are intended to suppress or disable potential attacks.�� In order to maintain a state of readiness in its compounds and other facilities, and to keep pace�with technological advances, the Department of State�systematically assesses current and emerging threats, its existing solutions and systems and emerging developments in the marketplace, identifies potential gaps in its security posture, and plans for the introduction of new security solutions and systems to address those gaps.� The Department of State�is currently assessing its LTL diplomatic compound defense systems with�the goal�of modernizing and improving its LTL diplomatic compound defense capabilities.�� Organizational�Background:��As the law enforcement and security arm of the U.S. Department of State, the Bureau of Diplomatic Security (DS) is responsible for providing a safe and secure environment for the conduct of U.S. foreign policy.��DS is the most widely represented U.S. law enforcement and security organization in the world and protects people, property, and information at 275�Department�of State�missions around the globe.��Every U.S. diplomatic mission in the world operates under a security program designed and maintained by Diplomatic Security.��To achieve its mission, DS is a leader in detecting and mitigating terrorist threats to American lives and facilities, mounting international investigations, and developing innovations in security training, cyber security�and physical security engineering.� The�DS�Countermeasures Directorate�(DS/C)�manages the development and implementation of all physical and technical countermeasures security standards and policies that apply to U. S. Department of State facilities domestically and overseas; securely transports classified diplomatic materials across international borders; and provides defensive equipment to protect the lives of U.S. government personnel, classified information�and property.� The Office of Physical Security Programs directs the development of Overseas Security Policy Board (OSPB) security standards and Department policies and procedures associated with the physical security, construction security, transit security, secure procurement, defensive equipment�and armored vehicle programs at U.S. missions.��The office provides oversight on the implementation of these programs abroad to ensure compliance with the OSPB security standards.� The Defensive Equipment and Armored Vehicle Division (DS/PSP/DEAV) manages the Department's domestic and overseas special protective equipment (SPE) and armored vehicle (AV) program.��DS/PSP/DEAV represents the Department and U.S. Government interagency committees involved in developing uniform security standards for defensive equipment and armored vehicles.� 4.0�Scope of Services:�The contract�is expected to encompass�personnel with subject matter expertise in�LTL diplomatic compound defense systems, management and oversight, logistics support, tools�and�specialized�facilities (except as otherwise specified).��The tasks are expected to include�verifying and validating�Government requirements, conducting�assessments of the capabilities available in the�LTL compound defense system�marketplace and�identifying�commercially-available�systems�and components�that meet these requirements, developing�test plans that align with Government-provided operational scenarios and performance requirements, conducting�testing and evaluation�activities�on Government-selected solutions under controlled conditions (e.g., contractor-provided laboratory or range environment),�reporting on the results of�these tests and providing recommendations regarding the systems that�could�be procured�and deployed to meet performance requirements in a cost effective manner.� 5.0�LTL Compound Defense Systems:��DS currently employs several legacy LTL compound defense systems and requires evaluation of the performance of these systems against current�and emerging�threats across�a range of operational scenarios to assess�the�performance of these�legacy�systems�and�identify gaps in capabilities.��In addition, DS requires�market research to identify all other currently available commercial LTL systems that may meet DS requirements for LTL compound defense and testing and evaluation of these systems to assess their comparative�ability to meet DS compound defense requirements.� Finally, DS requires identification of�new and/or�emerging�LTL�technologies�that�are not presently commercially-available,�that�may offer improved performance and�new/enhanced�capabilities to�meet DS��LTL�compound defense requirements.� 6.0�Objectives /�Performance Standards:�� Project plans and schedules are consistently accurate and complete.��Project milestones and deliverables are�completed�in the time�projected.� Requirements�are validated and verified�against Government-provided operational scenarios, constraints, and concepts of operation.��Incomplete or inconsistent sets of requirements or�operational scenarios (use cases) are flagged and�reported to the Government with recommendations for corrective action.� Initial market research identifies all currently available commercial LTL systems that may meet DS compound defense requirements.� Initial market research identifies all new and emerging technologies, not yet commercially available, that may offer improved performance or new/enhanced capabilities to meet DS��LTL compound defense requirements.� Ongoing market research identifies, in a timely manner, new commercial LTL systems that may meet DS compound defense requirements as these systems become commercially-available.� Ongoing market research identifies, in a timely manner, all new and emerging technologies not yet commercially-available that may offer improved performance or new/enhanced capabilities to meet DS LTL compound defense requirements.� Market research and comparison of the various products and systems on the market and their ability to meet the requirements include costs to implement solutions and maintain them over their expected lifecycle.�� Estimated costs and timeframes to implement systems are realistic and accurately forecasted. Sources and acquisition options are documented in sufficient detail to allow DS to determine if LTL systems testing and evaluation is warranted. Sourcing recommendations factor in elements such as the value of any warranties, supplier reliability, and performance and maintenance trends.� Test plans�and test cases�are complete and�clearly�trace to�Government-provided operational�scenarios (use cases)�and performance requirements.��� Solution performance is�evaluated�in�accordance with Government-approved test plans�in�Government-approved�laboratory�or range�settings.��Test results are�documented and reported�IAW the Government-approved project plan.� Deliverables meet�or exceed content and template standards and are�usable, responsive, technically accurate and complete.� Recommendations are fully supported by the analyses and documentation and are presented at a level of detail commensurate with the scope of the proposed change.� The status of ongoing projects�is�briefed to government management and staff weekly, at a minimum.� 7.0�Period, Place of Performance:��The period of performance is anticipated to be from award to December 31, 2024.� Performance requirements�verification and validation�is to occur at�DS/PSP/DEAV facilities in Springfield, Virginia.��Testing is to be conducted at the Contractor site or at laboratories or other facilities belonging to�the Contractor or its�subcontractors.��� 8.0Deliverables:��Anticipated to�consist of the following:� A written overall Project Plan for tasks such as requirements verification and validation, contractor market surveys,�testing/evaluation�activities�and deliverable due dates,�weekly written progress reports, a weekly conference call with the�DS/PSP/DEAV program office and a final report summarizing test results�and recommendations.� The Project Plan is expected to be submitted via email to the�Contracting Officer�s Representative (COR)�and�DS/PSP/DEAV program office no later than 15 days after contract award.�Weekly written progress reports to be submitted via e-mail to the COR and�DS/PSP/DEAV program office and weekly conference calls with the COR and�DS/PSP/DEAV program office,�will�both commence no later than�five�business days following contract award.� 8.1�Specific deliverables�are expected to�consist�of the following:� Project plan.� Market research reports.� Test plans.� Test schedules.�� Procurement of test samples as approved by�DS/PSP/DEAV.� Testing.� Test reports.� Final Report: recommended requirements for �to-be� state.� 9.0�Operating Constraints:��DS/PSP/DEAV�will provide operational scenarios,�initial �current state� analysis�and existing performance requirements�to assist with performance requirements�validation and verification.��The contractor will provide all component and system samples required for testing, following�DS/PSP/DEAV approval,�and any Government-required test ranges and instrumentation.� (End of SOO)� C.� REQUESTED INFORMATION - RESPONSES� If your firm is capable and interested in working with the Government to conduct market research and test LTL systems, in support of the Department of State, a capabilities document and narrative response is requested.� Response Shall Include:� Vendor Name� Identification of GSA Schedule 00CORP, Category 871 4 (or new equivalent GSA Multiple Award Schedule/MAS) Contract�� Business Size and Socio-Economic Status� Contact Information�(Point of contact, phone, email)� Identify�all of the following:� Recommendations of how the Government can improve the SOO (or convert to a Performance Work Statement);� Recommendation for contract type and CLIN structure (Blanket Purchase Agreement, Task Order, Labor Hours, Firm-Fixed Price, etc.)� Whether your firm is capable of achieving all objectives/performance standards independently, or whether your firm will need to subcontract or team in order to do so;� Provide a�description�of the firm�s technical capabilities which would support the services described herein and highlight capabilities with specific LTL systems and their employment in compound defense� Identify any potential subcontractors or partners that may be considered (if it is possible to release this information)� Identify the roles of the different entities in the anticipated team� Whether your firm (or team) has existing facilities for all testing, or whether environments will need to be acquired/constructed in order to conduct tests;� Identify the types of testing that have been successfully conducted at the facilities in the past, if applicable� Identify any constraints or limitations of the facilities with respect to their use for LTL compound defense system testing, if applicable� Whether your firm is capable of providing Cleared and Qualified Personnel at the SECRET level;� Whether your firm is capable of providing facilities for the overnight storage of classified material at the SECRET level;� Provide market research pricing information, such as typical testing fees, rough order of magnitude for each type, report generation and documentation fees, etc.; and� Questions your firm has for the Government regarding this emerging requirement.� Responses are requested�in searchable Microsoft Windows-compatible format (i.e. .doc, .pdf, etc.)�by 14:00 local time July 9th, 2020�� Responses may include up to�20 single-sided, double-spaced pages (including images or schematics) and submitted�via e-mail only�to Katherine�Vultaggio�at:�vultaggiokl@state.gov�with a cc: to Wanda Cruz at CruzWI@state.gov and Kristian Ekholm at ekholmkr@state.gov� �� Notify the CO listed above as soon as possible if more time is needed to submit a complete response.��� Proprietary information, if any, MUST BE CLEARLY MARKED FOR ALL PAGES CONSIDERED PROPRIETARY.� To aid the Government, please segregate proprietary information from non-proprietary information.� Please be advised that all submissions become Government property and will not be returned.��� D.��INDUSTRY DISCUSSIONS� Government�representatives may or may not choose to meet with respondents. Such meetings may be scheduled to gain further clarification of capabilities, gather market research�information to�support requirements development, and ascertain development and certification risks.��This is, in no manner, an opportunity to submit a proposal.��� E.� SUMMARY� THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT (SS)�to identify sources�and information.��The information provided in the RFI/SS�is subject to change and is not binding.� The Government has not made a commitment to procure any of the items discussed, and release of this RFI/SS�should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.� All submissions become Government property and will not be returned.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/001fe54add2745e88bfd039884bc0a64/view)
 
Place of Performance
Address: Springfield, VA 22153, USA
Zip Code: 22153
Country: USA
 
Record
SN05693363-F 20200618/200616230211 (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 |
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.