DOCUMENT
R -- CONTRACTOR SUPPORT SERVICES TO CONDUCT DOMESTIC AND INTERNATIONAL SECURITY RISK EVALUATIONS AND ANALYSIS IN SUPPORT OF THE U.S. COAST GUARD - DRAFT PWS for RFI
- Notice Date
- 10/29/2008
- Notice Type
- DRAFT PWS for RFI
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCG23-09-I-SRMMPS
- Response Due
- 11/28/2008
- Archive Date
- 2/27/2009
- Point of Contact
- David P. Leonard,, Phone: 2024753711, Waldron J O'Brien,, Phone: 202-475-3238
- E-Mail Address
-
david.leonard@uscg.mil, Walt.J.O'Brien@uscg.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI). THIS IS *NOT* A REQUEST FOR PROPOSALS, REQUEST FOR QUOTATIONS, OR INVITATION TO BID NOTICE. This provides 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. While a future solicitation is anticipated, it is not guaranteed. The U.S. Coast Guard (USCG) is seeking business sources that are capable of providing all necessary services to complete a Security Risk Mitigation & Management Process (SRMMP) for multiple domestic & international Critical Infrastructures & Key Resources (CI/KRs). In accordance with the attached Performance Work Statement, a SRMMP will be conducted on high risk, and high consequence, CI/KRs to (1) determine the effectiveness of security measures, and (2) to identify/integrate methods to mitigate and/or manage risk. A SRMMP is comprised of 4 main parts: (1)a risk analysis of all CI/KR; (2) on-site visits of specific CI/KRs to evaluate risk; (3) the analysis of evaluations and risks; and (4) integration of methods to mitigate and/or manage risks. Each part is comprised of multiple elements, depending on the scope of the SRMMP. Specific Contractor support required for this effort will include services to: 1) develop, maintain, and enhance security risk-based decision making (RBDM) computer models, including training for multiple USCG field units; 2) collate RBDM computer model data from USCG field units and conduct analyses to develop various security risk profiles; 3) conduct on-site evaluations of CI/KR based on security risk profiles; 4) conduct an analysis of on-site evaluations including risks; and 5)integrate analyses into RBDM computer models and strategic, operational, and tactical programs to mitigate and/or manage risk. Contractor work will be performed at various domestic and international locations as determined by the USCG as well as the USCG Headquarters, at 2100 2nd Street, SW, Washington, DC 20593. For planning purposes, the USCG estimates additional services to include: 1) year round maintenance and enhancement to the RBDM computer models; 2) development of future RBDM computer models; 3) conducting 10 SRMMPs on international CI/KRs annually; 5) conducting 50 SRMMPs on domestic CI/KRs annually; 6) conducting analysis and integration of study results into multiple strategic, operational, and tactical programs; and 7) training of USCG personnel on RBDM programs and risk analysis. Due to the nature of the information that will be used to conduct these analyses, a DoD Secret Clearance will be required for all personnel supporting this effort. The Small Business Administration (SBA) uses the North American Industry Classification System (NAICS) Codes to establish size standards on an industry-by-industry basis. The anticipated NAICS code for this requirement is 541690 – Security Consulting Services. However, interested sources are encouraged to provide a determination and recommendation of the best NAICS code applicable to this type of requirement. Interested sources are also requested to submit (1) an expression of interest, whether in all, or portions of, this effort and (2) a statement of capabilities including examples of past performance, no later than 2:00 p.m. Eastern Daylight Time, 28 November, 2008. The expression of interest should state whether the concern is a Large or a Small Business and should further identify if it is a Small Disadvantaged Business, HUB-Zone Business, Women Owned Business, 8(a) certified small business, Veteran Owned Business, Service Disabled Veteran Owned Small Business as well as the business size under the potential NAICS. In addition, interested sources should indicate whether the firm is U.S. or foreign-owned. Interested small businesses should review and understand the requirements in Federal Acquisition Regulation (FAR) Part 19 and clause 52.219-14, Limitations on Subcontracting. Responses shall include the interested firm’s complete mailing address and point of contact (name, telephone number, and e-mail address). The firm shall provide a brief narrative that demonstrates the company’s capability to perform the services to meet the requirements contained in this Request for Information -- Market Research Only Survey. Electronic submission should be forwarded to Mr. David Leonard at David.Leonard@uscg.mil. Mr. Leonard may also be reached at 202-475-3711. There is no bid package or solicitation document associated with this announcement. This RFI does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of a contractor’s information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Interested sources are strongly encouraged NOT to submit proprietary information. Interested sources shall address the requirements of this RFI in written format as described in the above paragraphs by electronic mail to the email address shown above.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=af7c30e4b4be5a20afaed7a96b92fd5d&tab=core&_cview=1)
- Document(s)
- DRAFT PWS for RFI
- File Name: This is a "DRAFT" Performance Work Statement. (RFI_PWS_Draft.pdf)
- Link: https://www.fbo.gov//utils/view?id=46356d6003c70f126f670ba0d16f6bcc
- Bytes: 128.67 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: This is a "DRAFT" Performance Work Statement. (RFI_PWS_Draft.pdf)
- Place of Performance
- Address: United States Coast Guard Headquarters, 2100 2nd Street SW, Washington, District of Columbia, 20593, United States
- Zip Code: 20593
- Zip Code: 20593
- Record
- SN01697835-W 20081031/081029214602-af7c30e4b4be5a20afaed7a96b92fd5d (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 |