Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 11, 2016 FBO #5193
SOURCES SOUGHT

A -- Military Sensing Symposia - MSS RFI

Notice Date
2/9/2016
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
 
ZIP Code
22331
 
Solicitation Number
W909MY-16-R-H008
 
Archive Date
3/19/2016
 
Point of Contact
Deirdre Hughes,
 
E-Mail Address
deirdre.l.hughes.civ@mail.mil
(deirdre.l.hughes.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Military Sensing Symposia (MSS) Request for Information MSS Request for Information U.S. Army/AMC/RDECOM/CERDEC/Night Vision & Electronic Sensors Directorate located at Fort Belvoir, VA is the administrative activity responsible for the planning and execution of the Office of the Secretary of Defense (OSD) sponsored Military Sensing Symposia (MSS) conference series. MSS is the only classified, International Traffic in Arms Regulations (ITAR) restricted environment for discussion of military sensing between Government agencies, system users, industry, and academia. The objective of this effort is to administer the MSS conferences as a collaborative Government-Industry activity, for the benefit of the military sensing community. This effort shall cover the overall operation of the MSS meeting system. Historically, there have been four (4) conferences held per year, each with attendance of 250-500 people. Some conferences involve parallel meetings of two or three MSS specialty groups as well as evening workshops, panel discussions, short courses, poster sessions, and exhibits and demonstrations of military sensors. Most meetings are held at the SECRET level, however some sessions are held at the Top Secret/Sensitive Compartmented Information (TS/SCI) level. Contractors must have or have the ability to obtain a TS (Top Secret) facility clearance with SECRET storage capability within 30 days of contract award to successfully execute the MSS Conferences. The contractor for this effort should have some personnel cleared at the TS/SCI level, but does NOT need to have a TS/SCI storage capability or a TS/SCI meeting room. This RFI seeks to find vendors that have the capability to support these events in all aspects from planning assistance, attendee registration, securing meeting locations, execution, compilation and dissemination of all presentations and providing activity reports which includes total cost, number of attendees, etc. In addition, the contractor shall maintain the MSS website, keeping the site, including committee membership lists, up to date and functional as a collaborative tool for the specialty group committee members. As a guide, the Contractor shall be able to perform the following actions to prepare for the MSS meetings by performing tasks including but not limited to: • Provide organization continuity of planning and scheduling within and across a variety of Specialty Groups. • Advertise and promote MSS meetings and organizational activities • Develop, obtain security clearance, print, mail and electronically distribute brochures and announcements • Solicit the contribution of papers for conferences • Host conference planning meetings and abstract selection meetings • Coordinate the selection of papers for presentation Additionally, provide all on-site facilities logistics and operations support. Sources possessing the capabilities to provide services that satisfy the requirements listed above are invited to submit a White Paper not to exceed 10 pages in length providing the contractor's experience in performance of the above mentioned services. The White Paper must include: 1. Point (s) of contact (email and phone numbers) for further Government inquiry should more information be desired, name and address of firm, Central Contractor Registration CAGE Code and current level of firm's facility clearance (Secret, Top Secret or No Clearance). 2. Brief summary of your company, of no more than 3 paragraphs. 3. What are the core competencies of your employees that would support these requirements? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements. 4. Statement as to whether or not your company is considered a small or large business. Please also indicate any socioeconomic classification (8(a), Woman-Owned, Veteran-Owned and Operated, Service-Disabled Veteran-Owned, Operated business, or HUB-Zone) that applies. The small business size standard is 500 employees for the North American Industry Classification System (NAICS) Code 541712. 5. Are you planning to be the Prime or a Subcontractor? If a Prime continue to question 4. 6. Can you acquire enough space to perform this task prior to contract award or within 15 calendar days after contract award? 7. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 8. Provide an overview of how your Company would execute an event of this size/complexity this may include charts, outlines and/or description of necessary actions to achieve a successful event. 9. Cage Code and DUNS Number. If your Company holds a GSA Schedule contract (874 or other), please provide the Schedule number. 10. THE FOLLOWING QUESTIONS ONLY APPLY TO SMALL BUSINESS RESPONDENTS. Responses to the below questions shall be included in a separate section of the submission and will not be counted as part of the (10) page limit. a. If you are a small business and plan to be prime please inform how you will meet the limitations on subcontracting Clause 52.219-14? b. If your company is awarded the contract, will your Company be able to perform at least 50% (percent) of the work required in house? c. The Government understands that teaming is an intricate part of contracting. Please briefly describe how you would approach selecting team members for this requirement if you are not performing this action 100% in house? d. Does your Company possess an approved Defense Contract Audit Agency (DCAA) accounting system? e. If you are a small business, can your company sustain if not paid for 90 calendar days? PLEASE NOTE THAT IF A CHARACTERISTIC OR CAPABILITY IS NOT ADDRESSED THE GOVERNMENT WILL ASSUME THE RESPONDENT DOES NOT OR CANNOT MEET THE SALIENT CHARACTERISTICS OF THIS MARKET SURVEY. This is NOT a request for proposal and does not constitute any obligation by the Government to award a contract based on the findings from the survey. In accordance with Federal Acquisition Regulation (FAR) Part 10.001, the results of this Market Survey will primarily be used to develop the Government's acquisition approach, and will be used to determine if sources capable for satisfying the agency's requirements exist for Military Sensing Symposia (MSS) conference series. The Government will not reimburse interested sources or respondents to notice, or any follow-on notice, for any costs incurred in association with this announcement or for subsequent exchange of information. Proprietary information submitted in the response to this Sources Sought shall be marked accordingly and will be protected when clearly identified as proprietary. Response to this Sources Sought should be received no later than 4 March 2016. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. You may forward a request for additional information and/or responses via email to Deirdre Hughes, Contract Specialist, at deirdre.l.hughes.civ@mail.mil. Acknowledgement of receipt will be issued. The subject of the email message shall be: Military Sensing Symposia (MSS) RFI- Your Company's name. E-mail shall be limited to 10MB. Additional Info: Additional documentation Contracting Office Address: ACC-APG - Belvoir, ATTN: CCAP-CCV-B-4, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Place of Performance: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA 22060-5863 US
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/896edab221c894feb0333b609b455371)
 
Record
SN04015753-W 20160211/160210043114-896edab221c894feb0333b609b455371 (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.