SOURCES SOUGHT
R -- Development and Enhancement of Gross Consequences of Attack (GCOA) Analytic Tools
- Notice Date
- 6/19/2006
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
- ZIP Code
- 20528
- Solicitation Number
- Reference-Number-RIRM-06-00007
- Response Due
- 7/7/2006
- Archive Date
- 7/22/2006
- Description
- NOTICE: This is a REQUEST FOR INFORMATION(RFI). It is not a solicitation, not an announcement of a solicitation, and not a notice of intent to later issue a solicitation. Do not attempt to request or register to receive a solicitation at this time as that is not the purpose of this announcement. No vendor(s) will be selected for a contract award based on their response to this RFI, it is for market research and procurement planning purposes only. DESCRIPTION: The Department of Homeland Security (DHS), Office of Infrastructure Protection (OIP), Risk Management Division (RMD) provides the following information for the purpose of conducting market research regarding sources capable of developing and implementing an automated analytic tool to evaluate Gross Consequences of Attack (GCOA) on single or multiple sites of interest. The information contained herein as well as the anticipated industry responses are for INFORMATIONAL PURPOSES ONLY. Over the course of conducting the GCOA analysis for the National Asset Database (NADB), the current tool developer, using feedback from DHS, identified specific issues that would enhance the GCOA results to more specifically meet DHS emergency management, policy, and operational decision-making objectives for these analyses. Responses to this announcement are sought to identify industry sources that have the capability to provide analytical methods to access and manipulate data from the population software package. The tool set requires adaptability to solve problems found through trend analysis and historical findings. It must employ an open architecture in order to be capable of incorporating changing Information Technology (IT). It must also be flexible enough to evolve in response to changes in DHS analytic methodologies and requirements. A draft Statement of Work for the requirement is attached. DHS is considering fulfilling this requirement by competing a task order under Federal Supply Schedule 871, Professional Engineering Services, using the procedures prescribed in Federal Acquisition Regulation (FAR) 8.4, but may change this acquisition strategy based upon the results of market research. Potential sources are requested to submit the following information: 1. A description of their capabilities and experience relative to fulfillment of the requirement. The description shall demonstrate the potential source?s ability both to develop the GCOA tool and to employ its analytic capabilities. 2. A description of their ability to support classified (SECRET) operations to include secure computing; secure voice facsimile communications; SECRET storage, maintenance of a SIPRNET terminal, and other classified systems as necessary. 3. Identification of any Federal Supply Schedule contracts held by the potential source, including Federal Supply Schedule 871. 4. A list of relevant contracts, either on-going or completed not more than 5 years ago, that demonstrate past performance relevant to the requirement. Include period of performance, dollar amount, and issuing organization. Responses shall be limited to 15 pages and shall be submitted by e-mail to christopher.wallis@dhs.gov by July 7, 2006. Graphical content should be minimized to avoid exceeding bandwidth limitations. There will be Organizational Conflict of Interest (OCI) restrictions associated with any resulting procurement to assure that the contractor?s scientific objectivity and judgment are not biased. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. POINT OF CONTACT: Christopher Wallis, Contract Specialist, Phone (202) 772-9531, Email christopher.wallis@dhs.gov
- Place of Performance
- Address: The work will be performed primarily at the contractor?s site(s). Some work may be performed at Government sites in the Metropolitan Washington DC area, and while on travel in the US.
- Record
- SN01072867-W 20060621/060619221324 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |