Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
SOURCES SOUGHT

R -- Request for Information (RFI) for non-personnel services to support the Defense Counter Narcotics Support Center (DCNSC).

Notice Date
4/28/2010
 
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
DCNSC-2010-05-13
 
Archive Date
5/28/2010
 
Point of Contact
Katelyn M. Clarke, Phone: 7039070698
 
E-Mail Address
Katelyn.Clarke@dia.mil
(Katelyn.Clarke@dia.mil)
 
Small Business Set-Aside
N/A
 
Description
MEMORANDUM FOR DIA CONTRACTORS SUBJECT: Request for Information (RFI) for non-personnel services to support the Defense Counter Narcotics Support Center (DCNSC). 1. INTRODUCTION It is the Virginia Contracting Activity (VACA) intent to obtain information pertaining to the state of the industry for providing: Analytic Support to the Defense Intelligence Agency in support of executing of the DCNSC 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 To coordinate and synthesize intelligence related to drug trafficking and terrorism in oversees operational theathers, the DCNSC has established a team to support it in its mission of facilitating, creating and enhancing the deliberate interagency planning process between Department of Defense (DOD) and the Law Enforcement Community. DCNSC does so by utilizing the special authorities, resources, and capabilities of each participating DOD and Law Enforcement Agency unit to disrupt and dismantle sensitive, high-value global narco-terrorist individuals, organizations and networks which are threatening global and United States national security interests. The DCNSC prepares a set of operational goals and objectives for each high-value drug trafficker/terrorist of global interest, providing detailed operational plans and tactical targeting packages specifically designed for the DOD/Law Enforcement organization executing the operation. The DCNSC team also facilitates and liaises with all the Joint Interagency Task Force's (JIATF’s) by analyzing operations in the United States Combat Commands (COCOM) areas of responsibility (AORs) to provide the global continuity and assistance the JIATF's and COCOM's require from the Deputy Assistant Secretary of Defense for Counter-Narcotics and Global Threats (DASD¬CN/GT) to support theater-level law enforcement. 4. ANTICIPATED SCOPE OF WORK The VACA’s Request For Proposal (RFP) will establish requirements for a single contract for support in the following areas: The provisioning of expert services to support DCNSC in performing its mission and assisting other law enforcement entities to disrupt and dismantle sensitive, high-value global narco-terrorist individuals, organizations and networks which threaten global and US national security. The required services shall cover the full spectrum of activities to include: • The formulation of intelligence on major drug traffickers • Identification of narco-terrorist and other criminal organizations • Intelligence support to Law Enforcement Agencies executing operations against traffickers • Identification of Intelligence gaps and potential solutions • Providing advice on methods to integrate the support provided by DCNSC to Law Enforcement Agencies and OCONUS. • Interaction with Government activities both within and outside the DoD to provide information sharing on common areas of intrest. • Provide advice on techniques for collecting, analyzing and disseminating both strategic and actionable intelligence in support of the DCNSC’s goal to enhance law enforcement operations. • Provide mentorship to the DCNSC and analysts. This VACA’s Request for Proposal (RFP) will include on-site work within the Washington, DC metropolitan area. 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 DCNSC or DIA Law Enforcement Agency support mission. (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 five 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. 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 1400 Eastern Standard Time (EST) on 13 May 2010 via email. 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 not acceptable. Respondents should provide one softcopy of the 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). For this RFI, the Contracting Officer is Karen Mumford, 703.907.0760, and the receiving Point of Contact is Katelyn Clarke, 703.907.0698. 8. BIDDERS CONFERENCE The government does not intend to conduct a Bidders Conference. 9. QUESTIONS All questions are to be submitted in writing to the Virginia Contracting Activity receiving Point of Contact. The Government will endeavor to respond to all valid questions submissions, via Fed Biz Ops. 10. POINT 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/DCNSC-2010-05-13/listing.html)
 
Place of Performance
Address: Anticipated on-site work within the Washington, DC metropolitan area., United States
 
Record
SN02134509-W 20100430/100428234955-2c1b27e0735396f5af2fbd5ac954fd90 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.