Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 04, 2015 FBO #4879
SOURCES SOUGHT

R -- Scientific, Engineering, Technical Assistance, and Administrative (SETA) Support

Notice Date
4/2/2015
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Interior Business Center, AQDDivision 3/ Branch 3354 S Hwy 92Sierra VistaAZ85635
 
ZIP Code
85635
 
Solicitation Number
DARPASTO
 
Response Due
4/16/2015
 
Archive Date
5/16/2015
 
Point of Contact
Allaine Benson
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS announcement to be used for preliminary market research purposes only. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. At this time, the Acquisition Services Directorate, Sierra Vista, Division III is investigating the possible award, on behalf of DARPA, of a five (5) year contract to qualified small business contractor(s) to provide technical, programmatic/financial, and administrative program support to include Scientific, Engineering, Technical Assistance, and Administrative (SETA) support. Technical support must be proactive in seeking new opportunities for research and development investments, consistent with the overall mission. Administrative support must be of sufficient caliber to maintain an efficient and professional office environment. ALL personnel employed under the resulting contract will be subject to a contractor provided, Government approved, Organizational Conflict of Interest Mitigation Plan. The overall size of the effort is anticipated to be approximately 22.5 full-time equivalent (FTE) positions with a possible option for up to an additional 7.0 FTE. Various personnel supporting this requirement will be required to have current TOP SECRET (TS) security clearances with a current 5 years SINGLE SCOPE BACKGROUND INVESTIGATION (SSBI). If the results of this market survey indicate there are an insufficient number of qualified small businesses sources that can support this proposed effort, the Government will consider issuing a full and open solicitation. Responses to this announcement must demonstrate that the potential offeror is currently able to meet the following requirements: TASKS: 1.In accordance with FAR 52.219-14(2), Limitations on Subcontracting, the prime contractor must demonstrate at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. 2.Leadership of SETA services and management of SETA contract: STO requires strong leadership that will contribute to program, and overall office success. This leadership must support the development of the office strategy, help with identification of new program opportunities and their subsequent planning. SETA contract management requires development and execution of an effective management plan and quality assurance plan for all tasks, personnel, and actions performed under the contract. The support provided to STO under the SETA contract must be proactive with SETA personnel taking the initiative in discovering opportunities, uncovering problems, and recommending solutions. The Government estimates, at a minimum, that it will require approximately one man-year to provide this support. 3.Program Control: STO requires support on all matters concerning technical/programmatic progress, issues/problem resolution, performance, scheduling, cost, resources, security and other related matters. This includes the monitoring of programs from cradle, (i.e. its early planning stages), to grave (i.e. through transition). For example, during the program planning phase, STO requires the ability to track key progress indicators to include, at a minimum, briefing development status, studies status, and contract solicitation status. During the program execution phase for example, STO requires the ability to set up processes to track execution details at an individual performer contract level. This may include, at a minimum, the collection, analysis, and continuous monitoring of monthly performer contractor technical and financial reports for each and every program in STO; as well as the collection, analysis, and continuous monitoring of corresponding commitment and obligations phase plan projections. Throughout the process, the coordination and cooperation among these various support disciplines is paramount. The contractor must clearly demonstrate how these various support disciplines will collaborate with one another to deliver a comprehensive approach to program control where data calls that may require the gathering of detailed programmatic information can be quickly and easily accessed by the Government. 4.Administrative Functions: STO requires the performance of administrative tasks to support all aspects of the STO mission execution. Software applications expected to be used include but are not limited to various Microsoft Office applications (Word, Excel, PowerPoint, Outlook, Visio, Project, etc.) and use of Government provided systems such as the Defense Travel System (DTS) and the Defense Agencies Initiative (DAI). 5.Contracting/Procurement Assistance: STO requires support for procurements and contract administration. The Government estimates, at a minimum, that it will require approximately three man-years to support this effort. This support will directly assist the DARPA Contracts Management Office and other assigned Government offices with administration of contractual actions on behalf of STO. 6.Presentation Support: STO requires support in preparing briefings, in providing superior graphics and web assistance to develop, update, and maintain a variety of visual aids, including text, animations, illustrations, and videos for highly technical programs and concepts. All products shall be Government property. Products receive high visibility within DoD and throughout the entire research and development community. 7.Subject Matter Experts/Consultants. It is anticipated that STO will require subject matter experts/consultants on an unpredictable, as needed basis. The Government will identify specific requirements for these individuals, as needed, to provide specialized state-of-the-art technical and programmatic expertise for a widely diversified range of services to support emerging high payoff technologies. Timelines associated with fulfilling these emergent requests will be extremely important. 8.Optional Services - DARPA STO PMs require business/financial management (BFM) support that is provided directly and specifically to programs which they manage. This support must be of superior quality to ensure that program resources are maximized while program schedules are adhered to. 9.Due to the necessity for quick responses and close coordination between DARPA and contractor personnel, all key personnel must be located on-site at DARPA and other contractor personnel must be located within a 15 minute walking distance from 675 North Randolph Street, Arlington, Virginia 22203-2144 (DARPA's physical address). In addition, these facilities must include two conference rooms for use by DARPA that are cleared for classified use in accordance with Intelligence Community Directive (ICD) 705 standards. The first room, cleared for conducting meetings at the SECRET level, must have adequate space to accommodate 75 people. The second room, cleared for conducting meetings at the TOP SECRET SAP/SCI level, must have adequate space to accommodate 50 people. The contractor must prepare and maintain a plan for the control and protection of classified and sensitive materials that it uses, generates, or stores in support of executing the tasks under the contract. 10.All contractor personnel located on site or requiring routine access to DARPA spaces or networks require, at a minimum, a final Secret clearance. In addition, various personnel will be required to have Top Secret level clearance with a current 5 year SSBI. Interested contractors are invited to identify their interest, technical capabilities and teaming arrangements to meet the requirement(s) listed above with documentation that substantiates the contractor(s) ability to meet the requirement(s) by 5:00 pm EDT, April 16, 2015. These capabilities should be portrayed as what current capabilities the contractor has in place and what future capabilities the contractor would need to obtain in order to sufficiently manage and execute any potential resulting contract. The contractor should clearly state how they will obtain any future capabilities needed. Brochures alone are not sufficient documentation for demonstration of capabilities. Such capabilities and qualifications will be evaluated for the purpose of determining if this procurement can be set-aside on a competitive basis, along with research to determine who will receive the RFP once issued. A determination by the Government not to set-aside this proposed effort, based upon responses to this notice, is solely within the discretion of the Government. Oral communications ARE NOT acceptable in response to this notice. Capabilities statements shall include, at a minimum: 1.Contact Information: point of contact, address, telephone, email address, DUNS number, CAGE code and/or TIN. 2.Capabilities Statement: A detailed narrative documenting the ability to provide the same or similar services described in this notice. A statement that the Offeror understands, can, or will perform the listed functions without supporting information or narrative is inadequate. Paraphrasing the requirements outlined above or a part thereof, is similarly inadequate, as are phrases such as standard procedures will be employed or well-known techniques will be used. 3.If a teaming arrangement has been established in order to meet the requirement(s) above, potential vendors must substantiate the teaming arrangement with documentation and show that each of the requirements can still be met. Please identify the teaming partner(s) company name and address. 4.Business Status & Business Size: Please indicate the business status and size of your company (Socio-Economic Factors: 8(a), HUBzone, Service-Disabled Veteran-Owned, Small Disadvantaged, etc.) based on NAICS 541690. 5.Facilities/Security Clearance: Please detail how your company meets the facility, conference, and personnel security requirements as stated above. 6.Proof of an adequate accounting system in accordance with FAR 16.301-3. This Sources Sought does not constitute an Invitation for Bids, a Request for Quote, or a Request for Proposal and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. No telephone inquiries will be accepted. If responses to the market survey indicate there are no potential qualified small business sources, then the Government will consider issuing a full and open solicitation. Interested organizations should provide information regarding this announcement to: Allaine Benson Email: Allaine_G_Benson@ibc.doi.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5f62e472b83284ffcb7cb66b6be227dd)
 
Record
SN03687060-W 20150404/150402235745-5f62e472b83284ffcb7cb66b6be227dd (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.