SOURCES SOUGHT
R -- Intelligence Technical Support Services - Draft PWS
- Notice Date
- 5/17/2016
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, Army Contracting Command, ECC, 409th CSB (W564KV) TCC-Kaiserslautern, KO DIRECTORATE OF CONTRACTING UNIT 23156, APO AE, Non-U.S., 09227, Germany
- ZIP Code
- 00000
- Solicitation Number
- W564KV-16-ITSS
- Archive Date
- 6/3/2016
- Point of Contact
- Brittany L. Henry, Phone: 011496314115151, Douglas E. Lindsey, Phone: 011496314115150
- E-Mail Address
-
brittany.l.henry.civ@mail.mil, douglas.e.lindsey.civ@mail.mil
(brittany.l.henry.civ@mail.mil, douglas.e.lindsey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Performance Work Statement with position descriptions and security clearance requirements. INTRODUCTION The 409th Contracting Support Brigade, Theater Contracting Center (409th CSB TCC) is issuing this sources sought notice/synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for US Army Europe/7th Army for a non-personal services contract for intelligence technical support throughout the US Army Europe (USAREUR) Area of Responsibility (AOR) which includes but is not be limited to Central Europe, Eastern Europe, and Africa. The purpose is to provide timely intelligence for Army in Europe activities to enhance conduct of operations and support Force Protection of forces in Germany and Italy, and to deployed contingency operations in the Balkans. Current locations required include Germany (Wiesbaden, Grafenwoehr, and Darmstadt), Italy (Vicenza), and Kosovo (Camp Bondsteel). Intelligence analysis work under the ITSS contract includes All-Source and single disciplines, such as Counterintelligence/Human Intelligence (CI/HUMINT) and Open Source Intelligence (OSINT) as well as specialized skills, i.e., counter terrorism, criminal intelligence, insider threat, and other areas. Support to intelligence operations includes security services; and personnel screening support. Operation, maintenance, and sustainment of Information Technology (IT) networks and systems include System Engineering and Network Engineering. The 409th CSB TCC anticipates that no other contractor other than the incumbent can fulfill this requirement due to time constraints caused by host nation laws requiring Department of Defense Contractor Personnel (DOCPER) approvals. A new competitive contract would require a full review of the contract and all positions by the German Foreign Office/Laender and Italian Sending States for compliance with Article 72 (and Notes Verbales) and Article 73 of the Supplemental Agreement to the NATO Status of Forces Agreement, in accordance with USAREUR Regulation 600-700. This DOCPER approval process has historically taken 6-9 months and in some cases over a year to obtain the proper approvals necessary for performance. This contract is only for a 9 month period of performance to cover a gap in performance due to a protest of a competitive follow-on contract. This contract is expected to be a sole source unless another contractor than the incumbent can prove they have the capability to adhere to the PWS and obtain all DOCPER approvals for all necessary positions by 1 July 2016. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SOLE SOURCE. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. PLACE OF PERFORMANCE Current Locations: Wiesbaden, Germany Grafenwoehr, Germany Darmstadt, Germany Vicenza, Italy Camp Bondsteel, Kosovo Additional locations may be added at any time and can span the entire USAREUR Area of Responsibility in accordance with the attached draft Performance Work Statement (PWS). DISCLAIMER "THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT." PROGRAM BACKGROUND The US Army Europe/7th Army, is designated as the intelligence technical support service provider in the USAREUR AOR. USAREUR G2 is required by Memorandum of Agreement (MOA) and EUCOM Tasking to provide contractual support to US Army Africa Command (USARAF). Support to Kosovo Forces (KFOR) is a Title X responsibility and in accordance with international agreements. REQUIRED CAPABILITIES The Contractor shall provide intelligence technical support services in support of the areas specified in the draft Performance Work Statement (PWS) attached to this announcement (Attachment 1). The contractor shall be able to support full operational capability by 1 July 2016, including showing proof of the ability to obtain DOCPER approvals for all required positions by 1 July 2016. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. SPECIAL REQUIREMENTS: • Personnel and Facility Security Clearances. Include a statement similar to: "A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a "Secret/Top Secret Facility Clearance based on the attached PWS for all personnel no later than 1 July 2016. • All DOCPER approvals for all required personnel in accordance with the attached PWS no later than 1 July 2016. • IT (e.g. Clinger-Cohen Act) • Service Contract Act ELIGIBILITY The applicable NAICS code for this requirement is 541990 with a Small Business Size Standard of $15M. The Product Service Code is R423. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) including Personnel Qualifications are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. This capabilities statement must include proof as well as a description of how the contractor plans to obtain or has already obtained the required DOCPER approvals and can be fully operational for this requirement on 1 July 2016. The deadline for response to this request is no later than 3 pm, EST, May 19, 2016. All responses under this Sources Sought Notice must be e-mailed to brittany.l.henry.civ@mail.mil This documentation must address at a minimum the following items: 1.) What type of work has your company performed in the past in support of the same or similar requirement? 2.) Can or has your company managed a task of this nature? If so, please provide details. 3.) Can or has your company managed a team of subcontractors before? If so, provide details. 4.) What specific technical skills does your company possess which ensure capability to perform the tasks? 5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods. 6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc. 7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern. 8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance is 9 months with performance commencing in June of 2016. The contract type is anticipated to be labor hour. The Level of Effort for 1 year is estimated at 160,470 man-hours. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement. Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Brittany Henry, in either Microsoft Word or Portable Document Format (PDF), via email brittany.l.henry.civ@mail.mil All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. No phone calls will be accepted. All questions must be submitted to the contract specialist identified above via email. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/963dc8ad26474d883615f16104dd9d32)
- Place of Performance
- Address: Wiesbaden, Germany, Grafenwoehr, Germany, Darmstadt, Germany, Vicenza, Italy, Camp Bondsteel, Kosovo, United States
- Record
- SN04120216-W 20160519/160517235501-963dc8ad26474d883615f16104dd9d32 (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 |