SOURCES SOUGHT
D -- Nuclear Materials Management and Safeguards System
- Notice Date
- 11/29/2006
- Notice Type
- Sources Sought
- Contracting Office
- 1000 Independence Ave. SW, Washington, DC 20585
- ZIP Code
- 20585
- Solicitation Number
- DE-SS01-07HS00001
- Response Due
- 1/8/2007
- Archive Date
- 7/8/2007
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of Energy (DOE), Office of Health, Safety and Security (HSS), is seeking qualified small business sources that can provide all personnel, materials, and technical expertise in functional areas such as security, cyber security, integrated safeguards and security management, material control and accountability, and a variety of management, operational, and technical systems analyses in support of the Nuclear Materials Management and Safeguards System (NMMSS) Program. The mission of the Nuclear Materials Management and Safeguards System (NMMSS) Program is the national nuclear materials database and information system for tracking and accounting for nuclear materials controlled or licensed by the U.S. Government. The NMMSS is the U.S. Government's official system for tracking and reporting of strategic nuclear materials subject to special control and accountability requirements and is therefore inherently a government function shared by the Department of Energy (DOE) and the Nuclear Regulatory Commission (NRC) who operate within the confines of DOE/NRC orders and regulations. The contractor shall provide professional, technical, and administrative support for the core operations of the NMMSS in the areas of database management, hardware and software maintenance, computer and communications security including but not limited to other relevant functional areas, including quality assurance, and comprehensive training programs. In addition, the Contractor shall provide the best available technological, business, and management practices and policies to make improvements, as needed. The contractor must be able to achieve a measurable demonstration of its performance in all aspects of NMMSS activities at all times. This effort is currently performed in the Atlanta, Georgia area and administered by the DOE Savannah River Operations Office. However, the Department is exploring the option of solely performing this effort at the DOE Headquarters, Germantown Building or possible other DOE sites in the Washington, D.C. area. For the purpose of submitting a capability statement in response to this ???sources sought??? study, interested parties should consider the Department???s Germantown, Maryland complex as the performance site. In addition, if an interested party has an alternative site that meets the requirements to perform the efforts in the attached Performance Work Statement and meets all DOE Security Requirements, a separate capability statement should be submitted at this time. Please elaborate on cost saving benefits to the Government by use of your alternative site. All alternative responses will be reviewed and considered. Interested business sources capability statements shall include answers to the questions below: 1. Provide a list of your firms??? previous contracts and experience for providing professional, technical, and administrative support for the core operations of a NMMSS type program in the areas of database management, hardware and software maintenance, computer and communications security including but not limited to other relevant functional areas, including quality assurance, and comprehensive training programs. In addition, include the use of your best available technological, business, and management practices and policies to make improvements in current or past contracts of a similar nature. Please provide a description of the work and a contact point with phone number for whom the work was performed. 2. Provide a list of any firms that your firm has teamed or partnered with on any Federal contract in the past five years. 3. Do you have existing staff and infrastructure to satisfactorily operate a contract with 15 to 25 personnel? If not, how would your firm specifically staff such a requirement? What subcontractor(s) does your firm have an arrangement that could assist in this type of effort? 4. Are you familiar with the tracking and reporting of strategic nuclear materials subject to special control and accountability requirements? If so, could you please elaborate on the subject? 5. What is your corporate history and philosophy on retaining senior management and key personnel? 6. Please explain your corporate approach to recruiting and retention of non-key personnel? This announcement is part of market research and responses are sought to identify sources that have the comprehensive knowledge, skills, and capability to meet the overall requirement as described in the DRAFT Performance Work Statement (PWS), DRAFT Position Descriptions (PD???s), and Historical Staffing Plan contained herein. The majority of contractor personnel will be required to have a ???Q??? clearance at the time of contract award, or be capable of receiving a clearance within a reasonable time period after award. A current Department of Defense (DOD) Top Secret or other clearance based upon a Single Scope Background Investigation (SSBI) is acceptable if the background investigation is less than 5 years old. The Government funding for this effort over the past several years has averaged $4-$5 million per year. Interested small business sources and small business-led teams and joint ventures are hereby invited to submit a capability statement of no more than 20 pages to demonstrate their NMMSS capability to provide the requested services. THIS SOURCES SOUGHT NOTICE DOES NOT CONSTITUTE A REQUEST FOR A FORMAL PROPOSAL OR A PRESOLICITATION NOTICE. This notice is provided as information to the marketplace and is an invitation for an expression of interest and demonstration of capability to perform the anticipated work. The Government will not pay for the provision of any information nor will it compensate any respondents for the development of such information. The DRAFT PWS, DRAFT PD???s, and Historical Labor Mix is available to download from this site, which is the official point of notification to the public. Businesses responding to this market survey must submit their responses via the DOE IIPS at http://e-center.doe.gov no later than 4:00 P.M. Eastern Time, January 8, 2007. Interested parties must register via the IIPS web site prior to responding to this market survey. Instructions on how to submit your response can be found in the help document located on the IIPS web site listed above. For technical assistance, firms should call 1-800-683-0751 or e-mail the IIPS administrator at iips_helpdesk@e-center.doe.gov. All responses must provide the return e-mail address, mailing address, telephone number, and facsimile (fax) number. TELEPHONE RESPONSES AND INQUIRIES WILL NOT BE ACCEPTED. QUESTIONS REGARDING THIS MARKET SURVEY SHOULD BE SENT VIA DOE IIPS. It is also the responsibility of the respondent to monitor this site for the release of any additional information, amendments to this notice, solicitation, or other related documents. To assist in this process, it is suggested after interested parties have registered on IIPS to click-on the button entitled, ???Join Mailing List??? and fill-out the required information to receive automated notifications. **PLEASE BE ADVISED THAT ALL INFORMATION SUBMITTED WILL BE CONSIDERED procurement sensitive. Information which the Contractor considers ???Bid and Proposal Information??? or ???Proprietary Information??? pursuant to existing laws and regulations must be marked accordingly [see FAR 3.104-1 (3) & (4)].
- Web Link
-
Click here for further details regarding this notice.
(https://e-center.doe.gov/iips/busopor.nsf/UNID/0AC545B945DA516B85257235005F851F?OpenDocument)
- Record
- SN01187773-W 20061201/061129220200 (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 |