SOURCES SOUGHT
R -- Request For Information Military Analyst Cell
- Notice Date
- 11/5/2008
- Notice Type
- Sources Sought
- NAICS
- 519120
— Libraries and Archives
- Contracting Office
- Department of the Army, Army Contracting Agency, North Region, ACA, Fort Leavenworth, ACA, North Region Contracting Center - Fort Leavenworth, 600 Thomas Avenue, Unit 3, Fort Leavenworth, KS 66027-1417
- ZIP Code
- 66027-1417
- Solicitation Number
- W91QF4-09-R-RFI
- Response Due
- 11/13/2008
- Archive Date
- 1/12/2009
- Point of Contact
- Tammy Davis, (913) 684-1892<br />
- Small Business Set-Aside
- N/A
- Description
- This is not a Presolicitation or Solicitation announcement. This is a sources sought notice only. The purpose of this sources sought notice is to gain market knowledge of potential small business sources and their size classifications; HUBZone, 8(a), Small Disadvantage Business, Woman Owned Business, Veteran Owned Business, Service Disabled Veteran Owned Business relative to NAICS Code 519120, with a small business size standard not to exceed $7,000,000.00 gross annual receipts. Responses to this sources sought synopsis will be used by the Government to make appropriate determinations about potential sources only. No solicitation is currently available at this time. After review of the responses to this sources sought announcement a synopsis and/or solicitation announcement may be published at a later time. Responses to this notice shall include company name, address, point of contact, size of business pursuant to North American Industrial Classification Code (NAICS) and must respond to the following questions: 1) Is your business a small business under NAICS code 519120? 2) Does your firm qualify as a small disadvantaged business? 3) If disadvantaged specify if your firm is certified under Section 8(a) of the Small Business Act? 4) Are you a certified HUBZone firm? 5) Are you a woman-owned or operated business? 6) Are you a certified Service-Disabled Veteran Owned or Veteran Owned business? 7) Is your business a large business? Please provide a capability statement addressing your organizations ability to perform as a prime contractor the work described in the draft PWS below. Contractor personnel will be required to have a Department of Defense Secret security clearance to perform the required work. Please provide only general capabilities relative to the work in the PWS as this is not a solicitation and no responses will be considered as proposals to perform the work. This is market research information only. This Sources Sought Notice does not pertain to Competitive Outsourcing under A-76. This is not request for proposal and in no way obligates the Government to award any contract. Please provide responses to this notice to: tammy.davis4@us.army.mil Telephone responses will not be accepted. Please provide responses in writing no later than 13 November 2008. Responses to this sources sought announcement will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. No solicitation is currently available at this time. Draft Performance Work Statement Request for Information Military Analyst Cell 1.0 SCOPE The contract provides research and response support for Requests for Information (RFIs) submitted to the Center for Army Lessons Learned (CALL). 2.0 BACKGROUND: CALL has established a Request for Information program to provide assistance primarily to Army and DoD personnel seeking information or knowledge. 3.0 TASKS: The contractor shall: 3.1 Provide unclassified and classified research and reference support to all worldwide requestors of information drawing from all CALL and various other archives, libraries, and repositories both digital and non-digital using search engines and other research tools. 3.2 Use the CALL Request for Information (RFI) system to respond to requests or questions, although other requests, particularly those internal to CALL, may be handled outside the CALL RFI system. 3.3 Assist CALL by providing analytical products in support of CALL information and knowledge requirements. 3.4 Actively assist and advise CALL Research Division personnel in the collection and organization of documents for the CALL Archives and other CALL repositories used in responding to RFIs. 3.5 Advise CALL on the ongoing refinement of the CALL Request for Information system and of Research Division SOPs impacting the RFI Military Analyst Cell. 3.6 Support security mandates by properly storing and marking unclassified and classified records; and respond to RFIs from non-DoD persons, including foreigners, in accordance with the advice of the CALL Security Manager. 3.7 Provide a quarterly Interim Progress Report (IPR) of activity undertaken pursuant to the order. 4.0 DELIVERABLES 4.1 Deliverables for task 3.1 and 3.2 are responses provided by RFI military analysts to individual requests for information. Historical data indicates that individual analysts received and respond to 25-30 RFIs per month, the estimated requirement for this order is 84 RFIs per month based upon historical data. Many requests will require original research. Most responses will be to formal requests through the CALL RFI System, others may be informal requests handled outside this system. Informal requests will come through the Contracting Officer Technical Representative (COTR). The RFI System constitutes a computerized mechanism for monitoring deliverables for formal RFIs. The RFI military analysts will report in a timely manner all requests both formal and informal in a Research Division RFI Access database viewable by the COTR. In addition, a quarterly report of RFI responses generated from the Research Division RFI Access database will be a part of a quarterly report to the COTR. 4.2 Deliverables for task 3.5 shall be part of a unified quarterly written report to the COTR. 4.3 Deliverables for task 3.4 shall be relevant documents for upload into the CALL Archives together with the information necessary to properly situate documents within the hierarchy of the CALL Archives. These deliverables should be forwarded to the Archives Branch, which manages the CALL Archives. A summary report of efforts to build the CALL Archives and other repositories will be a part of the quarterly written report to the COTR. 4.4 Deliverables for task 3.3 are more in-depth analysis or research prepared as a special project in coordination with the COTR in support of broader CALL missions. These projects will be no more frequent than once a month, but will involve a much more substantial investment of time and preparation than day-to-day requests for information. These efforts should be reported in a unified quarterly written report to the COTR. 4.5 The quarterly written report will be structured in four parts: 1) Summary Report on Documents Added to the CALL Archives (from Deliverable 4.3); 2) Report on Support for Special Projects (Deliverable 4.4); 3) Recommendations on Improvement of the CALL RFI System and on Standard Operating Procedures (SOP) impacting the RFI Analyst Cell (Deliverable 4.2); 4) RFI Responses (Deliverable 4.1). 4.6 A trip report, setting out information relevant to the purpose and success of the travel, shall be completed and delivered to the Research Division Chief within 3 days of return from authorized travel. 5.0 PERSONNEL REQUIREMENTS AND QUALIFICATIONS: 5.1 Shall have extensive experience and expertise in U.S. Army and/or joint operations. 5.2 Five (5) years of experience that shows demonstrated ability to conduct effective and efficient searches of the NIPRNet and SIPRNet using state-of-the-art search engines in order to provide requested information to CALL customers. 5.3 Shall be able to use the current Microsoft Office software suite and Adobe Acrobat. 6.0 GOVERNMENT FURNISHED EQUIPMENT AND TRAINING: 6.1 Training on CALL methodology, SOPs, CALL Archives architecture, and Convera RetrievalWare software. 6.2 Annual Antiterrorism Level 1, SAEDA, and OPSEC training. 6.3 Office space with phone service, paper, reproduction equipment, and other supplies as required. 6.4 All necessary computer hardware, software, and other services required to perform the tasks. 6.5 Familiarization training, as available and appropriate, for current concepts on the operational and tactical levels of war, the Army Universal Task List and the Universal Joint Task List and development of a working knowledge of the strategic level of war. 6.6 Accountability for Government Property. The contractor shall acknowledge the receipt of Government provided accountable property, to include all assigned computer equipment in accordance with all applicable accountability procedures. The contractor will use reasonable care and diligence in accordance with FAR 52.245-2 to ensure the safety and security of all government furnished property. The contractor may be held financially responsible for the loss of or damage to government-furnished property that results from the failure of its employees to use reasonable care and diligence. The contractor will be particularly mindful of the need to use reasonable care and diligence during times its employees are authorized to use government furnished property off a military installation. 7.0 SECURITY: Since OIF is an ongoing action, much of the material is still classified. Therefore, all contractor personnel engaged in the execution of the contract must possess a U.S. SECRET clearance.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=577c9e8af5b7fa5c058bcb59e393a608&tab=core&_cview=1)
- Place of Performance
- Address: MICC DOC- Fort Leavenworth 600 Thomas Avenue, Unit 3 Fort Leavenworth KS<br />
- Zip Code: 66027-1417<br />
- Zip Code: 66027-1417<br />
- Record
- SN01700987-W 20081107/081105215004-577c9e8af5b7fa5c058bcb59e393a608 (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 |