SOURCES SOUGHT
R -- Sources Sought Technical Support Groups (WOSB)
- Notice Date
- 10/31/2022 10:11:07 AM
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- DEFENSE THREAT REDUCTION AGENCY FORT BELVOIR VA 22060-6201 USA
- ZIP Code
- 22060-6201
- Solicitation Number
- HDTRA123RTBD2
- Response Due
- 11/18/2022 1:00:00 PM
- Point of Contact
- Sharon Lightfoot, Phone: 5716166989, Russell V. Kelley III, Phone: 5716166626
- E-Mail Address
-
sharon.c.lightfoot.civ@mail.mil, russell.v.kelley.civ@mail.mil
(sharon.c.lightfoot.civ@mail.mil, russell.v.kelley.civ@mail.mil)
- Small Business Set-Aside
- WOSB Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
- Description
- This sources sought announcement is for information, planning and market research purposes only. The Defense Threat Reduction Agency (DTRA) seeks confirmation of contractor capability from Women Owned Small Businesses (WOSB) for a Technical Support Groups (TSGs) requirement. TSGs are worldwide, military led, rapidly deployable teams that provide the Combatant Command (CCMD) and other US Government Agencies the low-visibility search capability to counter chemical, biological, radiological, and nuclear (CBRN) threats.� The Program is designated NIMBLE ELDER. TSGs provide equipment, training, scientific (on-site Subject Matter Expertise), technical, and operational support to CCMD response forces, and, if necessary, can augment their personnel. TSGs are comprised of military, civilian, and contractor personnel. Due to the unique TSG mission and associated operations, TSGs are often required to work extended hours in a field environment under austere conditions during operational responses to contingencies with extensive domestic and international travel. Efforts often require physical exertion over long periods, such as walking and moving heavy equipment over 80 pounds. Some operational support missions may require limited exposure to CBRN hazards. The TSG mission sets may occur in hostile environments worldwide and it may be necessary for contractor personnel to be armed for force protection. Some TSG personnel will be permanently assigned to overseas locations. TSG contractor personnel will be located (permanently and/or temporarily) in the National Capital Region (NCR) and within the USEUCOM, USINDOPACOM, USCENTCOM, USSOUTHCOM, USAFRICOM, and USNORTHCOM Areas of Responsibility (AOR), as well as deployed to other locations domestically or overseas for training, exercises, and contingency operations. TSG Services for DTRA are currently being performed under contract HDTRA1-17-C-0039 by K2 GROUP, INC with a total contract value of roughly $43M. The U.S. Government desires to determine if TSG services there are two (2) or more qualified WOSBs that can provide these services. Be advised that the U.S. Government will not consider a set aside for this requirement if two (2) or more WOSBs do not respond with information to support such a set-aside. The DRAFT Performance Work Statement (PWS) included with this sources sought is an example of the work that will be required. Capable WOSB contractors, considered small under NAICS 541690 �Other Scientific and Technical Consulting Services� with a size standard of $16.5M, need only submit their company�s capabilities statement in response to this request. Capability statements should not exceed five (5) pages and must include the following company information: point of contact information, cage code, Unique Entity ID, and reference to any relevant past performance of similar scope/magnitude. Responses must be submitted via email to contract specialist, Sharon Lightfoot (sharon.c.lightfoot.civ@mil.mil), with a courtesy copy (cc) to contracting officer, Russell Kelley (Russell.v.Kelley.civ@mail.mil) by/before 4:00PM EST, Ft. Belvoir Local Time, Friday, November 18, 2022. This notice does not constitute Request for Proposal (RFP) nor is it a promise to issue a RFP in the future. This notice does not commit the U.S. Government to contract for any supply or service. Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Any amendments to this sources sought will be posted and must be retrieved from this website. No solicitation mailing list will be compiled. No phone calls will be accepted. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. However, if a competitive solicitation is released, it will be synopsized on the Government-wide Point of Entry (GPE) as required by FAR 5.2. It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3c22f981201a4ad18ecb1ea8d8eae076/view)
- Place of Performance
- Address: Fort Belvoir, VA 22060, USA
- Zip Code: 22060
- Country: USA
- Zip Code: 22060
- Record
- SN06506413-F 20221102/221031230111 (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 |