Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2020 SAM #6853
SOURCES SOUGHT

R -- Industrial Policy Program Support

Notice Date
9/1/2020 5:02:45 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
JWC0901200749
 
Response Due
10/1/2020 8:59:00 AM
 
Archive Date
10/16/2020
 
Point of Contact
John W. Crawford, Cameron J. Earle
 
E-Mail Address
john.w.crawford1.civ@mail.mil, cameron.j.earle.civ@mail.mil
(john.w.crawford1.civ@mail.mil, cameron.j.earle.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Information Notice To facilitate market research, the Government is looking to identify qualified sources under the North American Industry Classification System (NAICS) 541990, All Other Professional, Scientific, and Technical Services. This Notice seeks industry comments to assist the Government. If you have any comments or find any ambiguities, please advise the Government to develop the proper acquisition strategy. Responses from small business sources are requested. Small Businesses, 8(a) small businesses, HubZone small businesses, Service-Disabled Veteran-Owned Small Businesses, Woman-Owned Small Businesses and Economically Disadvantaged Women-owned Small Businesses are encouraged to respond. This notice is for market research purposes only and is not a Request for Quote (RFQ), nor does it restrict the Government as to the final acquisition strategy. The Government will not reimburse respondents for any costs incurred in preparation of a response to this notice. Contracting Office Address Washington Headquarters Services, Acquisition Directorate, 4800 Mark Center Drive, Suite 09F09, Alexandria, VA 22350-3400 Background The Office of the Deputy Assistant Secretary of Defense for Industrial Policy (INDPOL) seeks to ensure robust, secure, resilient, and innovative industrial capabilities upon which the Department of Defense (DoD) can rely to fulfill Warfighter requirements. INDPOL is the principal advisor to the USD(A&S) on all matters related to the defense industrial base, including developing DoD policies and procedures; providing advice associated with the health of the industrial base; improving industrial capabilities to meet planned, ongoing, current and future defense requirements; conducting antitrust reviews of mergers, acquisitions, teaming, and joint ventures; monitoring financial markets; reviewing the national security impact of foreign ownership of U.S. industrial facilities; and preserving essential industries and technologies and other industry and program activities. The attached Performance Work Statement (PWS) describes the requirements for the support of INDPOL programs including the Defense Production Act Title I/III, Business Intelligence & Analytics, Industry Engagement/Outreach, Industrial Base Assessments, Trusted Capital, and the Office of Small Business Programs (OSBP). Objective/Scope The objective of this notice is to obtain information to identify firms capable of providing the technical and��� program support as outlined within the Performance Work Statement (PWS). This requirement is intended to support INDPOL in carrying out its mission to ensure robust, secure, resilient, and innovative industrial capabilities within DoD. This requirement will support the current and future requirements of INDPOL as its programs and initiatives develop and mature to meet the requirements of INDPOL�s diverse mission. The Contractor shall provide all personnel, supervision, and non-personal services necessary to develop and ���manage the functional areas outlined in PART 5, Description of Work. The Contractor shall designate a Program Manager to provide direction to the Contractor�s employees, develop programs for all functional areas and staff each functional area accordingly, and serve as a single point-of-contact for the Government�s Contracting Officer�s Representative (COR). In addition, it is recommended that the contractor provide approximately 56 Full Time Equivalents (FTEs) for the base period and each option period. On-site support is estimated at 46 FTEs, and on-site support is estimated at 10 FTEs. (see PWS Part 5.1 thru 5.11). In addition, the Government has included an option to fluctuate (increase or decrease) this headcount by 10 percent over the base period and each option period. Interested firms are requested to provide information to fully address the following 8 questions: Question 1: Please describe your firm�s experience in providing technical support and program management support for DoD Component (including the Office of the Secretary of Defense) organizations that develop and oversee industrial policies that provide leadership and guidance to the Military Departments and Defense Agencies. Question 2: Describe your firm�s experience with supporting program management and administration of Defense Production Act (DPA) authorities, including DPA Title I and Title III. Please describe your firm�s experience supporting efforts to manage program acquisition and investment activities, support financial execution, and conduct industry and DoD outreach related to investment programs. Question 3: Describe your firm�s experience supporting industry engagement/outreach and strategic communications efforts, including activities such as supporting coordinating speaking engagements, talking points, outreach events, and maintaining website language. Questions 4: Describe your firm�s experience in providing business intelligence, economic, and market analytics. Describe your experience with economic analytics activities such as conducting research and providing written products on individual companies, industrial sectors, federal contracting, and market trends using a variety of data INDPOL sources. Question 5: Describe your firm�s experience with providing data science and data analytics capabilities related to industrial base and supply chain issues. Question 6: Describe your firm�s experience with policy development and implementation support for oversight of DoD�s small business performance, including that of historically underutilized business zones, veteran-owned small businesses, service-disabled veteran-owned small businesses, small disadvantaged businesses, and women-owned small businesses. Question 7: Describe your firm�s experience with monitoring legislation, legislative analysis, developing legislative priorities, and preparing OSBP leadership for any engagements with Congress, industry, and the media. Question 8: Describe recent experience in providing support in OSBP in financial planning, managing the office�s financial management tool, preparing budget exhibits, budgeting, and budget executions for all financial accounts managed by OSBP. Place of Performance The Contractor will be required to have personnel both on and off Government site. Government site will be at the Mark Center, Alexandria VA. Security Requirement All on-site contractor personnel assigned under this PWS are required to have and maintain, at minimum, an active SECRET security clearance. Off-site contractor personnel may be required to have an active secret clearance at the discretion of the government. Certain on- site and off-site personnel may require up to a TS/SCI, at the request of the Government. The Contractor should explain their ability to maintain on-site personnel with the required security clearance at the beginning of the contract and if additional surge requirements are needed. Security procedures will be in accordance with DOD 5200.2R, �Personnel Security Program;� 5105.2 l-M-1, �Department of Defense Sensitive Compartmented Information Administrative, Security Manual;� DOD 5220.22-M, �National Industrial Security Program� (NISPOM); and DOD 5220.22-M-S, �National Industrial Security Program Supplement� (NISPOMSIJP). Submission Requirements Interested firms should submit their response to include a capabilities statement covering experience, staffing ��and technical capabilities. The capabilities� statement should address the questions identified above and for each question demonstrate how the firm�s recent past performance (last 3 years) is relevant including the dollar value, period of performance, size and scope of the firm�s prior contracts. The following information is also requested and should be included with your capability information: Please indicate whether your firm will submit a quotation if a Request for Quote (RFQ) is issued and whether your firm�s interest is for prime contracting or as a subcontractor. Do not include proprietary, classified, confidential, or sensitive information in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses to this Notice will not be returned. Response Format To facilitate a timely and comprehensive review of all submitted responses, firms should respond using the format requested in this Notice. Any deviation from this format may lead to the rejection of the response. All interested firms having the experience, skills and capabilities necessary to perform the stated requirements are requested to provide capability statements between 3-5 pages � no more than 5 pages maximum- in �Times New Roman� 12-inch font on 8.5 x 11 paper that include the following information: Company name, address, point of contact name, telephone, and email address. CAGE Code and DUNS Number. Business size status (business size/socio-economic category must be submitted to be used). Number of vendor staff members holding a current Secret/TS/SCI security clearance and other information demonstrating the vendor�s ability to satisfy the security requirements described above. Documentation that addresses each of the eight (8) questions as it applies to the focus areas above. A description of corporate experience for similar contracts and/or projects accomplished within the last 3 years. The description must include where, when, and for whom each similar contract and/or project was performed and a brief description of each contract and/or project, including the size, scope, dollar value, and period of performance. This information must demonstrate how the firm�s recent corporate experience (last 3 years) is relevant to the Industrial Policy Program Support requirement. At least one relevant corporate experience within DoD is required. Any applicable GSA Federal Supply Schedule contracts that your firm may hold. � No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be considered. � Capability Statements � Vendors must demonstrate their ability to comply with the requirements in this Sources Sought Notice in order to be considered capable of satisfying the Government�s requirement. Overall page will be limited to 5 single-sides pages. � Submission of Responses � Please submit your final documentation electronically no later than 3:00 p.m. on 1 October 2020 to the primary point of contact Cameron Earle cameron.j.earle.civ@mail.mil, with a copy to John Crawford, john.w.crawford1.civ@mail.mil. �The email subject line should be titled �Sources Sought Industrial Policy Program Support.� � Submissions to any person other than those listed above will not be considered. Submissions after this date will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/29b679d5dbba4db6ad4388edbb77bfe7/view)
 
Place of Performance
Address: Alexandria, VA 22350, USA
Zip Code: 22350
Country: USA
 
Record
SN05782849-F 20200903/200901230145 (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.