DOCUMENT
R -- Systems Engineering Services - DRAFT OCOI - DRAFT SOW
- Notice Date
- 10/20/2008
- Notice Type
- DRAFT SOW
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- RDSE09SESP
- Archive Date
- 11/20/2008
- Point of Contact
- Tracy C Miller,, Phone: 202-254-7027, Larna Palmer,, Phone: 202-254-7093
- E-Mail Address
-
tracy.c.miller@dhs.gov, larna.palmer@dhs.gov
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of Homeland Security (DHS), Office of Procurement Operations (OPO), intends to issue a competitive Request for Proposal (RFP) for systems engineering services for the System Engineering Support Program (SESP) on behalf of the Domestic Nuclear Detection Office (DNDO) before the end of the 2nd quarter of FY 09. When the solicitation is released there may be a notice of a pre-proposal conference to review and discuss the effort. The release of the draft Statement of Work (SOW) is attached and provides industry an opportunity to comment on the Agency’s requirements before the formal RFP is released. The objective of the proposed contract action is to acquire contractor support The objective of the SESP contract is to acquire support in the area of systems engineering services for program activities involving the deployment and improvement of a global architecture to detect and report attempts to import, assemble, or transport a nuclear explosive device, fissile material or radiological material. The successful contractor must be able to provide systems engineering support, technical analysis, test and evaluation support, and risk mitigation support for current as well as for future DNDO programs. Vendors are requested to provide the following information in their capability statements: 1.An overview of your company’s management structure. 2.A brief summary of corporate knowledge, skills and abilities to provide engineering services related to definition and interpretation of high-level engineering performance requirements for efforts involving nuclear engineering, radiation detection, transportation and shipping, or critical infrastructure protection as per the draft SOW. 3.A brief summary of corporate knowledge, skills and abilities to execute planning, concept development, system design, engineering and integration, testing and evaluation and integrated logistics support for efforts involving nuclear engineering, radiation detection, transportation and shipping, or critical infrastructure protection as per the draft SOW. 4.A list of three comparable systems engineering efforts that a business unit in your company performed within the last five years. 5.Describe your company’s general capabilities in the following areas: 1)Mechanical Engineering, from concept initialization to final testing. 2)Electrical Engineering, including design and implementation of circuitry and control systems, computer programming, communications and power engineering. 3)Civil Engineering, particularly in the analysis of commercial and private traffic flow. 4) Address specifically the present ability of your company to perform the entire effort without the use of subcontractors. The current effort is approximately 110 man-years. 5)Small Business or Large Business size definition according to the NAICS code 541330. The SESP contractor shall permanently locate 75% of the SESP contractor team within a reasonable proximity of the DNDO location in Washington, DC so that the approximate travel time to DNDO is less than or equal to one hour. A draft Conflict of Interest for the SESP contract is also attached and comments are invited. Execution of the prospective engineering services contract will require that all contractor personnel have, or be able to obtain, Department of Defense Secret Level clearances. Contractor personnel will routinely encounter Secret and Official-Use-Only materials. In addition, the contractor facility must be capable of receiving, generating and storing secret documents and electronic media. A substantial portion of the tasks to be executed in the contract will concern the Global Nuclear Detection Architecture and its associated capabilities and deficiencies, supporting Operational and Intelligence information, and the performance and Test and Evaluation with Special Nuclear Materials (SNM). To perform these tasks successfully, some of the contractor personnel must be cleared for Top Secret. Some of these personnel with Top Secret Clearances also will require access to Special Compartmented Information and some will be required to obtain DOE Q-Clearances. Responses to this RFI shall be not more than five (5) pages in length. Please note that this is not a marketing and/or sales opportunity therefore interested parties are requested to refrain from submitting marketing brochures/sales information.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f0f9a04f737645959d7ec40f89024b58&tab=core&_cview=1)
- Document(s)
- DRAFT SOW
- File Name: Draft Organizational Conflict of Interest (DRAFT RFI OCOI 12 SEPT 08.pdf)
- Link: https://www.fbo.gov//utils/view?id=008283ff376b59bf2b7bd754394b7f57
- Bytes: 126.25 Kb
- File Name: Draft Statement of Work (DRAFT RFI SOW 12 SEPT 08.pdf)
- Link: https://www.fbo.gov//utils/view?id=e648cfffa9320eaa66b00be8f43a745f
- Bytes: 665.76 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Draft Organizational Conflict of Interest (DRAFT RFI OCOI 12 SEPT 08.pdf)
- Place of Performance
- Address: 245 Murray Lane, Washington, District of Columbia, 20528, United States
- Zip Code: 20528
- Zip Code: 20528
- Record
- SN01693810-W 20081022/081020214706-f0f9a04f737645959d7ec40f89024b58 (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 |