SOURCES SOUGHT
R -- USCENTCOM Joint Cyber Planning Services - DRAFT PWS ID04180070
- Notice Date
- 3/13/2018
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- General Services Administration, Federal Acquisition Service (FAS), Assisted Acquisition Services Division (4QFA), 401 West Peachtree ST NW, Ste 2700, Atlanta, Georgia, 30308, United States
- ZIP Code
- 30308
- Solicitation Number
- ID04180070
- Archive Date
- 4/4/2018
- Point of Contact
- SARA DAVILA, Phone: (850) 630-6096, Keith C. Echols, Phone: 478-297-7583
- E-Mail Address
-
sara.davila@gsa.gov, keith.echols@gsa.gov
(sara.davila@gsa.gov, keith.echols@gsa.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- DRAFT PWS This is a FBO SOURCES SOUGHT NOTICE announcement; market survey for information only, to be used for preliminary planning purposesThis is a FBO SOURCES SOUGHT NOTICE announcement; market survey for information only, to be used for preliminary planning purposes. *** No proposals are being requested or accepted with this notice*** Ref: ID04180070, Joint Cyber Planning Services THIS IS NOT A SOLICIATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The purpose of this synopsis is to gain knowledge of interest of the Small Business Section 8(a) Community. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The anticipated contract type will be Firm Fixed Price. The period of performance will be a base period of 12 months and up to four (4) additional 12-month annual options may also be included. Work will be required in accordance with the Performance Work Statement (PWS) provided by the Government (attached). A Request for Proposal for the services described in the attached PWS is planned to be released as a competitive 8(a) set aside within GSA's contract writing system, AASBS (ITSS). As this will be a competitive 8(a) set-aside, only 8(a) eligible contractors shall express interest. The North American Classification System (NAICS) code for this requirement is 541611, Administrative Management and General Management Consulting. Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. Background: USCENTCOM is furthering its efforts to integrate theater level campaign constructs with other DoD organizations and the interagency. This initiative promotes and depends upon a holistic approach to the planning, coordination, and synchronization of USG activities. The CENTCOM Joint Cyberspace Center (JCC) is charged with leading the strategic development, operational planning, and operations of full spectrum cyber operations. This contract shall be staffed by a specialized subject matter expert team with the ability to self-perform specific planning requirements, operations requirements and collaborate with military and government employees to accomplish tasks that support the long-range planning requirements of the JCC. Special Requirements: Within 30 days of contract award, all Contractor personnel performing work under this Performance Work Statement (PWS) are required to maintain or be cleared to a minimum of a Top Secret/Sensitive Compartmented Information (TS/SCI) clearance. The Anticipated Period of Performance or Delivery Date is: Base Year09/26/201809/25/2019 Option I09/26/201909/25/2020 Option II09/26/202009/25/2021 Option III09/26/202109/25/2022 Option IV09/26/202209/25/2023 RFI/Sources Sought - INSTRUCTIONS Instructions 1.Contractors with the below listed capabilities are requested to submit an electronic capabilities package that does not exceed five (5) pages (12 point font minimum, all inclusive with the exception of the title page, and table of contents). The capabilities package shall be concise and focused. 2.The capabilities package shall be company specific. Capability packages that include teaming partners, subcontractors, etc. are not solicited and will not be reviewed. 3.Sales brochures, videos, and other marketing information materials are not solicited and will not be reviewed. 4.Cost or price information is not solicited and will not be reviewed. 5.Interested businesses shall submit an electronic copy of their capability statements via email to Sara Davila at sara.davila@gsa.gov and Keith Echols at keith.echols@gsa.gov. The due date for submission of responses is 4:00 PM Central Standard Time (CST) by closing date stated in heading. 6.No phone calls related to this RFI will be accepted. All correspondence shall be via email. All responses must include the following information: Part I: Business Information 1.Company name; 2.Company address; 3.Company business size; 4. Commercial and Government Entity (CAGE) Code, DUNS and current Facility Clearance Level; 5. Current North American Industry Classification System (NAICS) Codes; and 6. Point-of-contact name, telephone number, and email address. Part II: Capabilities 1.Provide a summary of your company's performance-based experience in relation to the attached "DRAFT" Performance Work Statement (PWS). 2.Describe your capability and experience on similar projects. Include size or magnitude of your projects. Part III: Questions and/or Comments 1.Provide questions and/ comments/ or suggestions regarding any confusing aspects of the attached "Draft" PWS. Atch: Draft PWS
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6023c1245478d5deaf8fcd3e3468c646)
- Place of Performance
- Address: MacDill AFB, FL, Tampa, Florida, United States
- Record
- SN04852564-W 20180315/180313231310-6023c1245478d5deaf8fcd3e3468c646 (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 |