SOURCES SOUGHT
R -- Intelligence Analyst Services - Soources Sought (SOCAF)
- Notice Date
- 1/30/2017
- 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-17-SOCAF
- Archive Date
- 2/18/2017
- Point of Contact
- Philip Coyne, Phone: 0114963114115504, Patricia J. Hutcherson, Phone: 3144835183
- E-Mail Address
-
philip.coyne.ln@mail.mil, patricia.j.hutcherson.civ@mail.mil
(philip.coyne.ln@mail.mil, patricia.j.hutcherson.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement 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 with the resources, to support the requirement for a non-personal contract for Open and Signals Analyst Support for the Joint Special Operations Task-Force Trans Sahara to primarily support OPERATION JUNIPER SHIELD Tans Sahara (OJS-TS) in Sub-Sahara Africa with the aim of collecting timely intelligence information on the areas covered by SOCFWD-NWA Area of Responsibility. The SOCFWD-NWA is currently located in Baumholder, Germany, as a sub component of Special Operations Command, Africa (SOCAFRICA). The contract shall support requirements in Europe and on the African continent. The 409th CSB TCC anticipates that no other contractor other than the incumbent can fulfill this requirement due to time constraints in obtaining SOFA status for contractor personnel located in Molesworth, United Kingdom. The approval process is a lengthy process and obtaining SOFA status can take up to 4 months. This contract is only for a 9 month period of performance to cover a gap in performance until the revised Performance Work Statement (PWS) for the follow-on contract is finalized. The follow-on PWS is expected to change the locations and possibly increase the number of Analysts that are on the current contract. This contract is expected to be a sole source award unless another contractor other than the incumbent can prove they have the capability to adhere to the PWS and obtain all SOFA Status approvals for all necessary positions by 30 March 2017. 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: Molesworth, United Kingdom North and West Africa Additional locations may be added at any time and can span the entire SOCFWD-NWA Area of Responsibility (AOR) 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 TECHINCAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WIL 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 GOVERNMENT POINT OF ENTRY (GPE) FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT." REQUIRED CAPABILITIES The Contractor shall provide Open and Signals Analyst Support in support of the areas specified in the draft Performance Work Statement (PWS) attached to announcement (Attachment 1). The contractor shall be able to support full operational capability by 30 March 2017, including proof of the ability to obtain SOFA status for the required positions in the U.K. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization Name, address, e-mail 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 or 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: a. 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 Facility Security Clearance based on the attached PWS for all personnel no later than 30 March 2017. b. All SOFA status approvals for all required staff no later than 30 March 2017. 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) is 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. The capabilities statement must include proof as well as a description of how the contractor plans to obtain or has already the approvals for SOFA status for personnel that will be located in the U.K. and can be fully operational on 30 March 2017. The deadline for response to this request is no later than 9 a.m. Eastern Standard time, 3 February 2017. All responses under this Sources Sought Notice must be e-mailed to Philip.coyne.ln@mail.mil and patricia.j.hutcherson.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) 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. 6) Respondents to this notice also must indicate whether qualify as a Small, Small Disadvantaged, Women-Owned, HUBZone, or Service Disabled Veteran-Owned Small business concern. 7) 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 30 March 2017. - The contract type is anticipated to be firm-fixed price. - Your responses to this Sources Sought, including any capabilities statement, shall be electronically submitted to: Philip Coyne, Contract Specialist, in either Microsoft Word or Portable Document Format (PDF), via e-mail to: philip.coyne.ln@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 e-mail. 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/43b330bbe15db0c9cc4411898ca363b3)
- Place of Performance
- Address: Molesworth, United Kingdom, North Africa, United States
- Record
- SN04385531-W 20170201/170130234718-43b330bbe15db0c9cc4411898ca363b3 (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 |