SOLICITATION NOTICE
D -- United State Army Intelligence Centers (USAIC) Commercial and Motion Imagery Requirements Definition Project
- Notice Date
- 2/26/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- E200171
- Archive Date
- 3/20/2009
- Point of Contact
- Matt Cassady, Phone: 618-229-9713
- E-Mail Address
-
Matthew.Cassady@disa.mil
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) for United State Army Intelligence Centers (USAIC) Commercial and Motion Imagery Requirements Definition Project Contracting Office Address: Defense Information Systems Agency, DITCO-Scott PL8313, P.O. 2300 East Drive, Bldg 3600, Scott AFB, IL, 62225-5406 Description: PURPOSE: The purpose of this Request for Information (RFI) is to conduct market research which will be used to formulate an acquisition strategy to procure United States Army Intelligence Centers (USAIC) Commercial and Motion Imagery Requirements Definition Project. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal or a promise to issue a Request for Proposal in the future. This RFI does not commit the Government to contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. TARGET AUDIENCE: In particular, only small businesses are requested to respond to this RFI to assist the DISA Computing Services Directorate in formulating an acquisition strategy that fairly considers small business ability to participate in the acquisition, either as prime contractors or as subcontractors. Sources Sought This Sources Sought Synopsis is requesting responses to the following criteria ONLY from small businesses that can provide the required services under the North American Industry Classification System (NAICS) Code 541712. In addition to Small Businesses, this Synopsis is encouraging responses from qualified and capable Service Disabled-Veteran Owned Small Businesses, Veteran-Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, Small Disadvantaged Small Businesses, Historically Black Colleges and Universities/Minority Institutions (HBCU/MI), Small Business Joint Ventures, Consortiums and Teaming Partners. This Sources Sought Synopsis is issued to assist the agency in performing market research to determine whether or not there are qualified and capable Small Businesses to provide the aforementioned service. Two or more qualified and capable small businesses must submit responses that demonstrate their qualifications to make a determination for a small business set-aside. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). Interested small businesses meeting the small business standard of NAICS code 541712 are requested to submit a response to the Contracting Officer within 7 calendar days of issuance of this RFI. Late responses will not be considered. Responses should provide the business's DUNS number and CAGE code and include a statement of self certification under the NAICS code. Additionally, responses should include recent (within the past three years) and relevant experience (work similar in type and scope) to include contract numbers, project titles, dollar amounts, and points of contact with telephone numbers where the responder performed the relevant work. Marketing brochures and/or generic company literature will not be considered. Not addressing all the requested information may result in the Government determining the responder is not capable of performing the scope of work required. Requested Information: Interested vendors are requested to submit a maximum 6 page statement of their knowledge and capabilities to perform the following: a. Demonstrate recent past experience (within the last year) in supporting similar efforts in the Geospatial Intelligence environment. The contractor must have proven experience delivering complicated SETA services within the Military Intelligence Community with special emphasis in Geospatial Intelligence (GEOINT), Intelligence Surveillance and Reconnaissance (ISR), Signals Intelligence (SIGINT) and Measure and Signals Intelligence (MASINT). b. Demonstrate current experience in successfully implementing a structured program within the USAIC community. c. Demonstrate experience and established relationships supporting similar efforts within the United States Army Intelligence Centers (USAIC). d. Demonstrate the ability to manage task order financials, deliverables and monthly status. The contractor shall demonstrate the ability to manage/lead a multi-contractor team to execute multiple tasks to achieve successful results and meet deliverables within Government-specified schedule and cost objectives. e. Demonstrate the ability to implement industry best practices and management processes to ensure timely and effective mission accomplishment. f. Demonstrate an understanding of the USAIC support requirements within the Intelligence Community and the ability to provide expertise and experience to accomplish the required tasks. Responses Responses to this RFI are to be submitted by e-mail to Matthew.Cassady@disa.mil and RECEIVED by COB 5 March 2009. Responses must be single-spaced, Times New Roman, 12 point font, with one inch margins, and compatible with MS Office Word 2003. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified. Points of Contact Contracting Officer: Arthur Kruse Phone: 618-229-9773 E-Mail: Arthur.kruse@disa.mil Contract Specialist: Matthew Cassady Phone: 618-229-9713 E-Mail: Matthew.Cassady@disa.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dc01bfd4e69708040a33860fe094c0cc&tab=core&_cview=1)
- Record
- SN01757797-W 20090228/090226220435-dc01bfd4e69708040a33860fe094c0cc (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 |