SOURCES SOUGHT
R -- Trace Standards Production and Simulant Production - Draft PWS
- Notice Date
- 3/1/2017
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
- ZIP Code
- 20528
- Solicitation Number
- TSL_RDTE_Phase2_SB_set-aside
- Archive Date
- 4/1/2017
- Point of Contact
- Thomas E. Zaboski, Phone: 2022548898
- E-Mail Address
-
tom.zaboski@hq.dhs.gov
(tom.zaboski@hq.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Draft Performance Work Statement Sources Sought/Request for Information (RFI) U.S. Department of Homeland Security (DHS) Science and Technology Directorate (S&T) Transportation Security Laboratory (TSL) Research, Engineering and Development (RE&D) and Developmental Test and Evaluation (DT&E) Phase II Technical Support Services INTRODUCTION This notice is issued by the Department of Homeland Security (DHS); Science and Technology (S&T) Directorate; Transportation Security Laboratory (TSL) to obtain information from potential small business sources regarding their capabilities to establish a Technical Support Services contract for Research, Engineering and Development (RE&D) and Developmental Test and Evaluation (DT&E). This RFI is for information and planning purposes only and is not a solicitation or request for proposals. Information received will be utilized as a market research tool to determine the availability and adequacy of potential sources prior to determining the method of acquisition. Interested and qualified small businesses are encouraged to respond. Unsolicited proposals submitted in response to this RFI will not be considered, nor will any of the information contained in the unsolicited proposals be used during preparation of a solicitation. The primary place of performance is the TSL located at the William J. Hughes Technical Center Atlantic City International Airport, New Jersey. The Government intends to award: 1) a single BPA award, small business set-a-side, 5 year contract (that will include one 12-month base year and four 12-month option years). The North American Industry Classification System (NAICS) Code is 541712 (Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)). The Special Item Number (SIN) is 871 for Categories 871-1, 871-2, 871-3, and 871-4. TSL is seeking capability statements from all interested small business GSA FSS contract holders, including 8(a), Small Disadvantaged (SDB), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), and Historically Underutilized Business Zone (HUBZone) businesses. Accordingly, all small businesses with a GSA-FSS in the specified categories listed above are encouraged to respond to this RFI. The Government will use the responses obtained to effectively identify the capabilities of small businesses to meet this agency's requirements. BACKGROUND The mission of TSL is to counter current and future terrorist threats and criminal acts, including threats against airports, through research and implementation of new technologies. TSL, under the DHS Science and Technology Directorate, supports this mission through researching and organizing the scientific, engineering, and technological resources of the United States; and by leveraging existing resources into technological tools to help protect the homeland. TSL has international standards organizations (ISO) requirements in several laboratories. Respondents shall have supporting capability to provide on-site and offsite support to the national security mission of DHS/S&T and TSL. The technical support services will assist the TSL in developing research and development technologies for current and new technologies both domestic and international. The support services shall provide specific technical expertise to DHS in accordance with technical criteria and disciplines determined by DHS. Note: The Government intends to set-aside (identified below as Restricted) a portion of work within the task area general parameters cited below for one of the following socio-economic programs: • 8(a) • HUBZone • SDVOSB • WOSB • Small Business The Contractor shall be expected to work with military and conventional explosives and non-conventional explosives. This scope of work specifically excludes support for Independent Test and Evaluation (IT&E); enterprise IT support; publication and library services; facilities, building and grounds maintenance, repair, and upgrade. IMPORTANT NOTICE TO PROSPECTIVE RESPONDENTS This Request for Information (RFI) is subject to the provisions of Federal Acquisition Regulation (FAR) 52.215-3, and is issued solely for information/planning purposes. This RFI does not constitute a solicitation for proposals, a commitment to issue a solicitation for proposals, or the authority to enter into negotiations to award a contract. This RFI shall not be considered as an obligation by the Government to acquire any products or services. The Government does not intend to award a contract on the basis of this RFI. There is no entitlement to payment of direct or indirect costs or charges by the Government as a result of a Contractor submission of responses to this RFI or the Government's use of such information. The Government reserves the right to reject, in whole or in part, any Contractor's input submitted in response to the RFI. Responses to the RFI will not be returned. The Government recognizes that proprietary information and data may be part of this effort and, if so included, such data should be clearly marked. RESTRICTED PORTION - Small Business Set-Aside: The objective of the Small Business Set-Aside portion of this acquisition is to provide the following support services: a. The production of trace standards and test articles and; b. The bulk explosives area and the production of in-house simulants, simulated detonators and simulant related test articles using product specifications and processes established and documented at the TSL as applicable. The restricted portion of the acquisition will provide support services required by the DHS in the following task areas: Trace Standards Production a. Preparation, maintenance, and quality control verification of existing TSL trace explosives standards b. Preparation of test substrates and test articles c. Documentation and publication of procedures, methods, data and findings d. Development of standard operating procedures Simulant Production a. Production of threat simulant materials b. Production of simulant related test articles c. Documentation and publication of procedures, methods, data and findings CAPABILITY STATEMENT - RFI RESPONSE By utilizing the attached Performance Work Statement (PWS) (restricted portion) provide a capability statement to include the following: a. Describe your company's relevant and recent knowledge of and experience in supporting and administering a requirement of this magnitude. Experience must be within five (5) years. b. Describe your company's experience in research, analysis, and technical support services, specifically experience working on research and development, test and evaluation relevant to detection of explosives and/or illicit drugs. c. Describe your company's experience in performing different types of contact types (i.e.: Firm Fixed Price (FPP), Cost Plus Fixed Fee (CPFF), Cost Plus Award Fee (CPAF), Time and Materials (T&M) etc.]; as well as your company's experience working on government contracts. d. Describe your company's experience and process for attracting and retaining technical experts and staff. RESPONSE INSTRUCTIONS: Capability Statement: Submit your response in a Microsoft Word or PDF format, no more than ten single-spaced pages, 12 point, Times New Roman font, using a minimum of one-inch margins. The due date for the submission is March 17, 2017, 10:00 AM Eastern Time (ET). Respondents must submit their information in electronic versions to tom.zaboski@hq.dhs.gov The anticipated award date is Spring, 2018. The following document is provided as an attachment to this RFI: a. Draft PWS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/TSL_RDTE_Phase2_SB_set-aside/listing.html)
- Place of Performance
- Address: Transportation Security Laboratory (TSL), William J. Hughes Technical Center, Atlantic City International Airport, Atlantic City, New Jersey, 08405, United States
- Zip Code: 08405
- Zip Code: 08405
- Record
- SN04419159-W 20170303/170301234935-8e842db1c04a0b11e3aadb4d76f3adda (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 |