SOURCES SOUGHT
R -- Request for Information (RFI) for non-personnel services to support the National Measurement and Signature Intelligence (MASINT) Management Office (NMMO)
- Notice Date
- 1/12/2010
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Other Defense Agencies, Virginia Contracting Activity, Virginia Contracting Activity (ZD50), 200 MacDill Boulevard, Post Office Box 46563, Washington, District of Columbia, 20035-6563
- ZIP Code
- 20035-6563
- Solicitation Number
- MASINT2010-01-12
- Archive Date
- 2/11/2010
- Point of Contact
- Katelyn M. Clarke, Phone: 7039070698, Quentin McCoy, Phone: 7039071696
- E-Mail Address
-
Katelyn.Clarke@dia.mil, Quentin.McCoy@dia.mil
(Katelyn.Clarke@dia.mil, Quentin.McCoy@dia.mil)
- Small Business Set-Aside
- N/A
- Description
- DATE: 12 January 2010 SUBJECT: Request for Information (RFI) for non-personnel services to support the National Measurement and Signature Intelligence (MASINT) Management Office (NMMO). 1. INTRODUCTION It is the Virginia Contracting Activity (VACA) intent to obtain information pertaining to the state of the industry for providing: Technical Assistance; Information Technology support; and Meeting, Conference, and Workshop support to the Defense Intelligence Agency in support of its execution of the NMMO mission. 2. PURPOSE This document serves as the RFI of the VACA contractor community pursuant to FAR 15.201(e) "Exchange with industry before receipt of proposals". Responses to this RFI will be assessed to identify sources that are considered best qualified to meet future requirements. Best qualified sources are those sources which demonstrate the greatest depth and breadth of skills, experiences and knowledge relevant to the mission, goals, and objectives of the VACA. 3. BACKGROUND In response to direction by the Director of National Intelligence (DNI), the Director, Defense Intelligence Agency established the NMMO to manage and execute the MASINT Services of Common Concern (SoCC) for the Intelligence Community (IC) and to align community MASINT responsibilities and functions under one organization. On 6 March 2008, t he NMMO was established as a joint organization to enhance the performance of MASINT. NMMO provides the means and mechanisms to establish a globally networked MASINT enterprise that provides actionable information to decision makers. 4. (U) ANTICIPATED SCOPE OF WORK The VACA's Request For Proposal (RFP) will establish requirements for the award of Indefinite Delivery Indefinite Quantity (IDIQ) contracts for support in the following SoCC areas: § MASINT Enterprise Architecture § Program Management and Execution § Outreach (Congress and IC Stakeholders) § MASINT Requirements Systems § MASINT Data Broker § MASINT Portal (creation, operation, and maintenance) § Data Products and Standards § MASINT policy § MASINT Training Certification, and Education Standards § National Consortium for MASINT Research § MASINT Research and Development Task Orders will define specific support to be provided for each of the above SoCCs. This support will include on-site work at Northern Virginia, Washington DC metropolitan area, Maryland, Wright-Patterson AFB, Ohio, and Charlottesville, Virginia locations. Service will include: § Administrative support (e.g. development of policy, procedures, continuity of operations plans (COOP); perform logistics functions and records management; support to the Executive Secretary of the MASINT board of Governors, etc.). § Support the NMMO's role in various working group meetings. § Web portal development, operation, and maintenance. § Configuration Management. § Database administration. § Providing lifecycle support for all phases of the National MASINT Requirements System and the MASINT Data Broker. § Development and maintenance of a MASINT enterprise architecture. § Providing Subject Matter Expertise on a broad range of MASINT topics (e.g. Directed Energy Weapons, Missiles, and Weapons of Mass Destruction, Research and Development of MASINT capabilities, etc.). § Support the development of MASINT policies. § Distributed Common Ground System (DCGS) MASINT Program § Providing External Analysis and Evaluation Support, and Conference/Workshop support to the Defense Intelligence Agency in its role as a participant in the National Measurement and Signature Intelligence (MASINT) committee (MASCOM). 5. INFORMATION DESIRED It is requested that interested and qualified sources respond with a capability synopsis broken into the following sections: a. Relevant Corporate Knowledge/Experience related to the services identified above: (1) Identify no more than five (5) relevant contracts held within the last five years. For each contract provide: (a) the contract number and awarding agency/office; (b) the Full Time Equivalents (FTEs) provided; (c) the subcontractors that were on the team and their % of participation; and (d) the name, address, commercial phone number, classified and unclassified e-mail addresses of the contract officer and the contracting officer's representative. (2) Describe the specific nature of the support provided and explain why it is relevant. (3) Describe how corporate knowledge/experience gained through contract performance could be a benefit to the VACA in the future. Note: Any other specific and relevant information about this particular area of interest that would improve the consideration and evaluation of the information presented is desirable. Interested organizations must demonstrate and document, in any capability statements submitted, extensive experience with and the ability to perform the above tasks. b. For relevant employee skills/experience address the following: (1) Identify and describe specific skills and experience of its employees that are relevant to the mission of the DIA. (2) Describe why skills and experiences are relevant. (3) Describe how employee skills and experience could benefit DIA's mission in the future. c. The facility clearance held by the company. d. For personnel availability describe the availability of a minimum of fifteen TOP SECRET/SI/TK-cleared personnel meeting the requirements of DCID 6/4 eligibility and possessing skills needed to fulfill these requirements. Synopsized resumes, no longer than one page in length, should be used. Individuals' names are not required to be on the resumes. Resumes will not count against the total page count. e. Potential Teaming Arrangements (if applicable) (1) Describe whether the company would intend to fulfill the subject requirement alone, or whether a teaming arrangement would be anticipated (the Government recognizes that one contractor may or may not possess all the necessary knowledge, skills, and experience needed to fulfill future Statement of Work objectives). If knowledge, skills or other expertise may be obtained through teaming arrangements, it is sufficient to describe the additional expertise gained through the teaming but the team members need not be identified. (2) Explain how knowledge or experience gained through teaming will benefit the DIA. f. Identify any known, or potential, organizational conflicts of interest (OCI) that may result from a successful offer, and briefly describe how the OCI will be mitigated. g. Recommended Source Selection Criteria and solicitation comments (response to this section is optional) maybe provided to address any or all of the following: (1) What contract type does the contractor recommend for acquisitions that will fulfill this type of requirement in the future. (2) What are recommended for evaluation criteria (solicitation Section M) for award of contract(s) resulting from this requirement. (3) What approaches are recommended for motivating performance. 6. (U) ANTICIPATED ACQUISITION MILESTONES Should the Government decide to award a contract(s), it will be subject to the availability of FY10 funding. 7. SUBMITTAL INSTRUCTIONS a. All capability statements submitted in response to this RFI are to be received no later than 1600 Eastern Standard Time (EST) on 27 January 2010. To aid the Government review, submissions are limited to no more than 20 pages. Synopsized resumes will not count against the page limitation. A page is defined as each face of a 8-1/2 x 11 inch sheet with information contained within an image area of 7 x 9 inches. Type size shall be a 12-point proportional font. Briefings and/or briefing charts in lieu of written responses are not desired. Tables, charts, graphs, diagrams and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. These displays shall be uncomplicated, legible and shall not exceed 8-1/2 x 11 inches. Foldout pages shall not be used. For tables, charts, graphs and figures, the text shall be not smaller than 12-points. Elaborate formats, bindings or color presentations are not required. Elaborate brochures or documentation, binding, detailed art work, or other embellishments are not required nor are they desired. Classified responses are acceptable but not required. Respondents should provide their responses in both hardcopy and softcopy form. Respondents should provide one original hardcopy and one softcopy submission. b. This notice is for information and planning purpose only and does not commit the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract based on responses under this announcement nor otherwise pay for preparing any information sent for the Government use. Any proprietary information should be so marked. Interested bidders presenting a capability statement must provide the following: 1) company name and address; 2) point of contact; 3) phone/fax/email; 4) NAICS Codes, 5) business size and status, type of small business if applicable (e.g. 8(a), women-owned, HUB Zone Small Business, etc.) and 6) capability information in response to the requirement. c. Email responses to Katelyn.Clarke@dia.mil (non-secure) and Quentin.McCoy@dia.mil (non-secure). If submissions are hand carried, response materials should be properly wrapped. For this RFI, the Contracting Officer is Melanie Moore, 703.907.0420, and the receiving POC is Katelyn Clarke, 703.907.0698 or Quentin McCoy, 703.907.1696. 8. BIDDERS CONFERENCE The government does not intend to conduct a Bidders Conference. 9. QUESTIONS All questions are to be submitted to the contracting officer. The Government will endeavor to respond to all valid questions submitted. 10. POINTS OF CONTACT Contract Specialist: Ms Katelyn Clarke 703.907.0698 Katelyn.Clarke@dia.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DIA/ZD50/MASINT2010-01-12/listing.html)
- Place of Performance
- Address: Multiple Locations within the United States., United States
- Record
- SN02040144-W 20100114/100112234616-463dd9e54f443cf031143c8fb17a1c5f (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 |