Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2004 FBO #0941
SOLICITATION NOTICE

R -- Biological Weapons Convention Strategy

Notice Date
6/22/2004
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-04-T-0111
 
Response Due
7/7/2004
 
Archive Date
9/5/2004
 
Point of Contact
Debbie Nicholson, (703) 697-6022
 
E-Mail Address
Defense Contracting Command-Washington(DCC-W)
(deborah.nicholson@hqda.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Defense Contraction Command - Washington (DCC-W) in support of the Office of the Secretary of Defense expects to issue a Request for Proposals (RFP) to support the requirement summarized below. This is a 100% Small Business Set-Aside, NAICS code is 541611. The contractor will be required to meet the following objectives: 1. To review current Biological Weapons Convention (BWC) Work Program and its potential impact on DoD equities and assess steps taken to produce tangible results to improve universal implementation of the BWC and significantly strengthen non-proliferation efforts worldwide. 2. Contractor will compile information on what actions have taken place domestically and/or international as a result of the 2003 - 2005 BWC Work Program and assess what value such actions have in combating the threat posed by BW. 3. Based on research and analysis, identify areas of potential proliferation concern, re-validate DoD equities and develop a plan of action and recommendations for sustaining the positive accomplishments of the current work program beyond 2006. 4. Key areas of proliferation concern, may include, but are not limited to, States not Part to the BWC, non-state actors (terrorism), proliferation networks, dual-use materials, the spread of intellectual property, and the growth of biotechnology. a. How has the Work Program affected these concerns? b. What other initiatives can be taken beyond 2006 within the framework of the BWC and/or outside the BWC to relieve these concerns? 5. The contractor will identify, worst case scenarios, understood as BWC activities with negative affects on DoD, as well as other interagency (e.g., DoC, DoE, HHS), equities, that could be proposed for action beyond 2006. These scenarios should be assess ed for their nonproliferation benefits and shortfalls. 6. The contractor will identify programs, operations, and other equities that can be negatively affected by worst case scenario activities undertaken in the BWC forum. 7. The contractor will assess and prioritize these equities based on the significance of the impact on DoD responsibilities worldwide. 8. Produce a proposed strategy with specific recommendations on how to maintain the initiative in stopping and rolling back illicit BW programs and achieving nonproliferation objectives without sacrificing proprietary and national security equities. 9. The contractor will base the strategy partly on an assessment of the prioritized equities and benefits and/or shortfalls of potential proposals for BWC work in 2006 and beyond. Further details will be provided in the Request For Proposal (RFP). The resulting contract will be a firm fixed price contract with a period of performance of six (6) months from the date of award. On or about July 2, 2004, interested parties may gain ac cess to the solicitation via the Internet from the DCC-W Homepage: http://dccw.hqda.pentagon.mil. Click on services then click on RFPs, then find solicitation number W74V8H-04-T-0111. Companies not possessing Internet access should submit written, email or fax requests for a copy of the solicitation to Request For Proposal No. W74V8H-04-T-0111 to Defense Contracting Command - Washington, Attn: Debbie Nicholson, 5200 Army Pentagon, Washington, DC 20310-5200. Facsimile: (703) 695-9756 or e-mail to debo rah.nicholson@hqda.army.mil, no telephone requests will be honored. It is anticipated that the solicitation to Request for Proposal No. W74V8H-04-T-0111 will be issued on or about July 2, 2004. POC: Debbie Nicholson, DCC-W Senior Contract Specialist, de borah.nicholson@hqda.army.mil or Austin Sansone, DCC-W Contracting Officer, austin.sansone@hqda.army.mil. Only written questions will be responded to. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (22-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/DSS-W/DASW01/W74V8H-04-T-0111/listing.html)
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00607859-F 20040624/040622212358 (fbodaily.com)
 
Source
FedBizOpps.gov 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.