SOURCES SOUGHT
R -- INSCOM Global Intelligence service contract acquisition Sources Sought and Industry Day announcement.
- Notice Date
- 8/3/2011
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
- ZIP Code
- 22060-5246
- Solicitation Number
- W911W4GLOBALINTEL
- Response Due
- 8/25/2011
- Archive Date
- 10/24/2011
- Point of Contact
- Aaron Wasserman, 703-428-4538
- E-Mail Address
-
HQ USAINSCOM, Directorate of Contracting
(aaron.wasserman@us.army.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- This is a Sources Sought and Industry Day announcement only. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. No formal solicitation document exists at this time. No contract will be awarded from this announcement. Your response to this sources sought will be treated as information only, and any requests for a solicitation will not receive a response. The purpose of this notice is to gain knowledge of interest, capabilities, and qualifications of firms who can support this requirement as a prime contractor. Small businesses may respond with interest, capabilities, and qualifications to support portions of this requirement as a prime contractor. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. Any information submitted by respondents to this notice is strictly voluntary. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the fbo.gov portal. The U.S. Army Intelligence and Security Command (INSCOM) is issuing this Request for Information as a means of conducting market research to identify parties having an interest in and the resources to support the Global Intelligence (GI) Services Contract acquisition for Intelligence Collection and Analysis Support, Operations Support to include Logistics and Facilities Management, Research and Development to include Systems Engineering Support, Administrative Support to include Force Management and Requirements Analysis, Information Technology development to support Intelligence and Training. The result of this market research will contribute to solidifying the acquisition strategy and determining the method of procurement. All interested parties must possess a Top Secret facility clearance at the time of the award to be eligible for contract award. Personnel performing work under this acquisition will require at a minimum TS/SCI security clearance. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541990 NAICS All Other Professional, Scientific, and Technical Services. INSCOM conducts intelligence, security and information operations for military commanders and national decision makers, and provides the warfighter battlefield intelligence needed to focus and leverage combat power. INSCOM conducts intelligence preparation of the battlefield to situation development, SIGINT analysis, imagery exploitation, and science and technology intelligence production to ensure multi-discipline intelligence support to theater/component warfighters, the Intelligence Community (IC) and other national agencies. INSCOM's GI acquisition is intended to consolidate multiple current separate services acquisition activities under a single contract vehicle or cogent set of vehicles, depending on acquisition strategy, and be flexible to meeting future requirements. The GI acquisition will provide advance support to the warfighter by improving the efficiency and consistency of contracted services for INSCOM support. Additionally, this acquisition will gain economies of scale, standardize contract execution, increase competition, meets INSCOM's socio-economic goals, while being more responsive to Army and Intelligence Community requirements. Objective: INSCOM intends to provide more responsive acquisition of services for current and future Army Intelligence, Security, and CYBER Operations requirements. These services will supply resources that support intelligence analysis, electronic systems, Intelligence Surveillance and Reconnaissance Systems (ISR), security systems, Quick Reaction Capability (QRC) systems, prototype intelligence hardware/software suites, and facilities that are developed, deployed, maintained and repaired at the highest state of readiness consistent with commercial standards and/or Army directives. Supported ISR systems include Signals Intelligence (SIGINT), Imagery Intelligence (IMINT), Electronic Intelligence (ELINT), Human Intelligence (HUMINT), Measurement and Signature Intelligence (MASINT), and Open-Source Intelligence (OSINT) systems. Functional areas include Life Cycle Support (LCS) of intelligence systems and facilities including staffing support, systems engineering, network administration, hardware and software support, integration, fielding support, facility engineering and maintenance support. GI Scope: The GI acquisition is anticipated to support Army and DoD intelligence requirements in the following areas: Intelligence Collection & Analysis-Including Biometrics, Forensics, CYBER Operations, Human Intelligence (HUMINT), Counter Intelligence (CI), Document and Media Exploitation (DOMEX), Measurement & Signature Intelligence (MASINT), Geospatial Intelligence (GeoINT), Science & Technology Intelligence (S&TI), All Source Intelligence, Weapons of Mass Destruction (WMD) Intelligence, and Quick Reaction Capability (QRC) Operations Support-Including Facilities Infrastructure and Engineering Systems (FIRES), Facilities Management, Aviation Maintenance Support, with requirements similar to Genesis IV Administrative Support-Including personnel management and screening, force management, force planning, strategic planning, and may include requirements similar to Insider Threat Task Force (ITTF) and AI-CIG programs Information Technology - Including Intelligence Information Assurance, development of future technology and new IT tools to support analysis and other operational requirements Research and Development - Basic applied science, system engineering, hardware research and development Training- corporate and field training both CONUS and OCONUS to include contingencies and may include requirements similar to Foundry, Intelligence Readiness Operations Center (IROC), and Genesis (training) programs Constraints The following are some of the constraints that impact the performance of the services under GI acquisition: Top Secret/Sensitive Compartmented Information (TS/SCI) Sensitive Compartmented Information Facility (SCIF) U.S. Host Country, local and international laws & regulations Treaties & International Agreements (such as Status of Forces, Host Nation Support, and Defense Technical agreements) AR 40-501 Standards of Medical Fitness AR 715-9 Operational Contract Support Planning and Management DODI 1100.22 Policy and Procedures for Determining Workforce Mix DODI 3020.41 Contractor Personnel Authorized to Accompany the U.S. Army Forces DOD 4525.6-M DOD Postal Manual DODI 1000.13 Identification (ID) Cards for Members of the Uniformed Services, Their Dependents, and Other Eligible Individuals ATTP 4-10 Operational Contract Support, Tactics, Techniques, and Procedure (2011) Synchronized Predeployment and Operational Tracker (SPOT) This constraint listing is not all inclusive. Contract Terms GI is anticipated to be a five-year requirement. The period of performance is targeted to be 2QFY13 through 2QFY18. Small Business Participation In an effort to maximize small business participation, small business concerns are encouraged to respond to this RFI in order to assist in determining the potential levels of interest, competition, and technical capability to provide the required services. This information will also be used to assist INSCOM in establishing a basis for developing any subsequent potential subcontract plan small business goal percentages. Small business concerns shall clearly state the specific area(s) they are qualified for, and interested in supporting. Responses must clearly demonstrate the company's ability to provide the contemplated services as described in the scope of this RFI INSCOM GI acquisition. RFI Response: Interested parties who consider themselves qualified to perform all of the services described in the scope above are invited to submit a response. Interested parties will provide the following information: Capabilities Statement should include the following: a) Organization name, address, e-mail address, web site address, telephone number, business size/socio-economic status, the type of ownership for the organization, and CAGE code; b) Tailored capability statements addressing each of the functional categories described in the scope above, with appropriate documentation supporting claims of organizational and staff capability. Statements shall address capabilities in CONUS, OCONUS, and Contingency Operations, as well as the ability to perform within the stated constraints. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Capabilities statements are limited to 15 pages. Contingency Operation - A military operation that is either designated by the Secretary of Defense as a contingency operation or becomes a contingency operation as a matter of law (10 USC 101(a)(13). It is a military operation that a) is designated by the Secretary of Defense as an operation in which members of the Armed Forces are or may become involved in military actions, operations, or hostilities against an enemy of the United States or against an opposing force; or b) is created by definition of law. CONUS - the 48 contiguous states and the District of Columbia. OCONUS Outside of the Contiguous United States (OCONUS). NOTE: Refrain from including elaborate brochures or documentation, detailed artwork, or other embellishments. Interested parties are encouraged to provide information that is clear, concise, and includes sufficient detail for supporting claims of organizational and staff capabilities. Do not simply rephrase or restate INSCOM's objectives and the purpose of GI, but rather provide convincing rationales to address how to meet the government's needs. The government plans to evaluate this market information to ascertain potential market capacity to: Provide services consistent in scope and scale with those described in this notice and otherwise anticipated; Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; Implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and Provide services under a performance based service acquisition contract. Mail and telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. All Capabilities Statements are to be submitted as an electronic response, in Microsoft Office formats and/or Portable Document Format (PDF) to this Sources Sought Notice by 3:00P.M ET on 25 August 2011. All responses submitted shall be unclassified. All responses under this Sources Sought Notice must be e-mailed to GlobalIntelligence@mi.army.mil. Industry Day: INSCOM invites all interested parties to participate in an Industry Day. This meeting is scheduled for 1 September 2011 at the Wood Theater (Building 2120) 2019 Abbot Road, Ft. Belvoir, VA. Advance notification of planned attendees is required. Attendees should enter Ft. Belvoir at Tully Gate off U.S. Route 1 in time to arrive at the Wood Theater for on-site registration starting at 0930. The Industry Day presentation is planned from 1000 - 1400. Attendance is limited to two individuals representing each interested party. INSCOM invites interested parties to visit INSCOM's Contractor Reading Room (http://www.inscom.army.mil/ Contracting/ReadingRoom.aspx) which will be available after the Industry Day. The website will provide updates on the GI acquisition, including future planned market research/industry engagement; requirements and other information pertaining to this acquisition. During the Industry Day presentation, INSCOM intends to present an overview of the requirements the GI acquisition is anticipated to address and receive questions from industry. INSCOM will not answer questions regarding the GI acquisition during Industry day. Industry is to submit all questions to globalintelligence@mi.army.mil. INSCOM will publicly post all questions and answers on the INSCOM Contractor Reading Room website or www.fedbizopps.gov after it conducts a security and public affairs review. Participation in the Industry Day is entirely voluntary. The voluntary submission of a response to this RFI shall not obligate the INSCOM to pay or entitle the submitter of information to claim any direct or indirect costs or charges or any other remuneration whatsoever. All interested parties must either possess or be able to obtain a Top Secret facility clearance. Interested parties planning to attend the Industry Day must submit the names of planned attendees (no more than two), company represented, and e-mail address to the Contracting Office no later than 3:00 PM EST on 25 August 2011. Responses received after the date shall not be considered and only registered guests will be admitted. Primary Point of Contact: GlobalIntelligence@mi.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC01/W911W4GLOBALINTEL/listing.html)
- Place of Performance
- Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
- Zip Code: 22060-5246
- Zip Code: 22060-5246
- Record
- SN02519964-W 20110805/110803235145-580fd4dbfff89f0883ec4c4d0427007f (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 |