SOURCES SOUGHT
R -- National Ground Intelligence Center (NGIC) Country Threat Characterization (CTC) Sources Sought
- Notice Date
- 10/25/2012
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Intelligence and Security Command, National Ground Intelligence Center, Attn: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, Virginia, 22911-8318
- ZIP Code
- 22911-8318
- Solicitation Number
- W911W5-CTCNGIC
- Archive Date
- 11/22/2012
- Point of Contact
- Jessica C. Mullins, Phone: 4349511653
- E-Mail Address
-
jessica.c.mullins.civ@mail.mil
(jessica.c.mullins.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT/REQUEST FOR INFORMATION (RFI) ONLY The National Ground Intelligence Center (NGIC) is conducting market research for a potential requirement. The purpose of this notice enables NGIC to provide an all-source technical analysis on world wide (WW) improvised explosive devices (IED) and deliver prompt Intelligence products to our customer with sufficient technical analysis that will increase their capability in order to execute their missions anywhere in the world. Contractors shall provide “deep-dive” expert analytical and technical country studies of IED and Remotely Detonated IED (RCIED) history and tactics, techniques and procedures (TTPs), Communication Infrastructures and other Radio Control (RC) devices and hobby controllers in support of the Country Characteristics Study. The contractor shall make special emphasis on the remote control portion of the RCIED that is used as an initiation device. Duties include: Signal Intelligence Analyst, Electronics/Electrical Engineer, All-Source Intelligence Analyst, Spectrum Intelligence Analyst, and Program Management. The primary focus for this project is to provide full spectrum analysis of associated IED components, designs, effects, and employment methodologies, emphasizing locations of US Forces currently deployed and are likely to be involved in in the next five (5) years and other areas of national interest. These services will be performed onsite at the National Ground Intelligence Center in Charlottesville, VA. Performance requires a TOP SECRET contractor facility clearance. Contractor personnel performing under this contract shall be U.S. Citizens, have a final TOP SECRET clearance with a Single Scope Background Investigation (SSBI), and shall be eligible for indoctrination to the Sensitive Compartmented Information (SCI) level. Some positions may require a Polygraph examination if additional accesses are required. The contractor is responsible for obtaining all necessary security clearances for contractor personnel. This TOP SECRET level contractor facility clearance requirement may also apply to affiliates, team members, and subcontractors if they have access to classified information. A Cost type contract is anticipated, for up to four (4) option year periods, (i.e., base year plus four (4) option years). Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). 13 C.F.R. 125.6 contains the prime contractor performance requirements under these limitations on subcontracting rule. Failure to definitively address each of these factors may result in a finding that the respondent lacks the capability to perform the work. SUBMISSION INSTRUCTIONS:

Prospective sources possessing the capability, experience, and security clearance qualifications are invited to submit a response to this Sources Sought for NGIC Country Threat Characterization. Interested sources shall provide all feedback in writing to jessica.c.mullins.civ@mail.mil. Please title the subject of your email as follows: SOURCES SOUGHT - W911W5-CTCNGIC. Responses to this notice shall be limited to fifteen [15] pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 541690 ($14M) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). Please submit copies of any documentation such as letters or certificates to indicate the firm's status. 4. DUNS number, CAGE Code, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by contract number schedule number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency and point of contact that approved the system. Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bid, Request for Proposal, Solicitation, Request for Quote, or an indication that the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contracting Officer named below not later than 4:30 PM Eastern Standard Time (1630 hours) on Wednesday, 07 November, 2012 for consideration. Questions may be submitted to Ms. Jessica Mullins, Contracting Officer, at jessica.c.mullins.civ@mail.mil. Responses to this announcement will not be returned, and there will not be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and the Contracting Officer or NGIC Country Threat Characterization Manager may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-CTCNGIC/listing.html)
- Place of Performance
- Address: National Ground Intelligence Center, 2055 Boulders Road, Charlottesville, Virginia, 22911, United States
- Zip Code: 22911
- Zip Code: 22911
- Record
- SN02919708-W 20121027/121025234535-60e75136846a49b0c1e4d75a0501a351 (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 |