Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
SOURCES SOUGHT

R -- Global Threat Reduction

Notice Date
3/13/2013
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA13I0006
 
Archive Date
4/25/2013
 
Point of Contact
Benjamin Sherrill, Phone: 7038754983
 
E-Mail Address
sherrillbd2@state.gov
(sherrillbd2@state.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis, for market research purposes only, and is not a Request for Proposal (RFP). The Department of State's, Office of Acquisition Management on behalf of the Office of Cooperative Threat Reduction is seeking potential sources that are capable of providing highly qualified personnel that possess technical knowledge and/or demonstrable experience with WMD nonproliferation issues, foreign assistance programs designed to reduce global threats posed by WMD applicable expertise and material, and a demonstrated capability to initiate, oversee, support, and analyze scientist engagement activities in support of U.S. national security objectives and interagency processes. All interested firms shall submit a response demonstrating their capabilities to provide the service to the primary point of contact listed below. Should your firm be interested in this requirement, please submit your company's capability package in no more than 25 pages. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a veteran owned small business, a service disabled veteran owned small business, HUBZone small business, small disadvantage business and woman-owned small business concerns. NAICS Code to be used for this acquisition is 541611 with a size standard of $14M. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of services provided and specifications related to this effort. The capabilities package should include at a minimum: i. Contractor Name ii. Address iii. Point of Contact (POC) with phone number(s) and e-mail addresses iv. DUNS Number v. Anticipated teaming arrangements if any (delineate between work accomplished by prime and work accomplished by teaming partners) vi. GSA contract, if applicable and number vii. Answers to sources sought questions viii. Comments on draft Statement of work and draft evaluation criteria Questions 1. Does your company have knowledge of and experience with WMD nonproliferation issues? Please explain. 2. Does your company have technical knowledge of and experience with working with experts and senior-level foreign government officials on WMD-related scientist engagement activities, including related foreign assistance programs? Please explain. 3. Does your company have experience with foreign assistance programs in South and Southeast Asia, the Horn of Africa, and the Middle East, particularly in Pakistan, Iraq, Yemen, and Afghanistan? Please explain. 4. Does your company have demonstrable capability and experience in the field of international biosafety and biosecurity risk management, and infectious disease detection, surveillance, or control? Please explain. 5. Does your company have technical knowledge of and demonstrable experience with foreign assistance programs to improve chemical security and regulatory practices for weaponizable chemicals? Please explain. 6. Does your company have technical knowledge of and demonstrable experience with programs aimed at enhancing nuclear security culture and implementing personnel reliability programs? Please explain. 7. Does your company possess demonstrable experience with analyzing scientist engagement issues in support of U.S. national security objectives and interagency processes? Please explain. 8. Does your company have processes and/or incentives in place to recruit and retain highly qualified personnel with experience overseeing biological, nuclear, and/or chemical threat reduction programs? Please explain in detail. Responses may be submitted electronically to the following e-mail address: sherrillbd2@state.gov with "GTR SS Response" in the subject line. Ensure your submission is in a Microsoft Word/Adobe compatible format and received no later than 12:00 noon, Eastern Time, 10 April February 2013. This is not a solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA13I0006/listing.html)
 
Record
SN03010397-W 20130315/130313234224-a0bd3d1d171ea8f7bce91633efa5c17b (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.