SOURCES SOUGHT
R -- Chemical Weapons Convention (CWC) Mission Support - Statement of Work (SOW)
- Notice Date
- 7/23/2018
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex, 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, Virginia, 22060-6217, United States
- ZIP Code
- 22060-6217
- Solicitation Number
- HDTRA1827641
- Archive Date
- 8/7/2018
- Point of Contact
- Arlene Warren, , Ernest Caldwell,
- E-Mail Address
-
arlene.warren.civ@mail.mil, ernest.caldwell.civ@mail.mil
(arlene.warren.civ@mail.mil, ernest.caldwell.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Statement of Work (SOW) This is a SOURCES SOUGHT notice. This is not a solicitation for proposals or quotations. The Defense Threat Reduction Agency (DTRA) On-Site Inspection Department Chemical and Biological Division (OSC) requires services to support the Chemical Weapons Convention (CWC) treaty escort mission. These services support both the DTRA Escort Team (ET) and the Organization for the Prohibition of Chemical Weapons (OPCW) Technical Secretariat (TS) inspectors during their continuous monitoring missions working at Chemical Weapons Destruction Facilities (CWDFs) within the continental U.S. DTRA is soliciting for program management, qualified CWC treaty escorts, drivers, and housing support for the DTRA/OPCW TS inspection teams (ITs) at the Blue Grass Chemical Agent - Destruction Pilot Plant (BGCAPP) at Richmond, KY. DTRA is seeking White Paper capability statements which identify vendor's current capabilities to perform/execute the requirements identified in the Statement of Work (SOW). Potential sources either alone or with appropriate teaming partners must have demonstrated expertise and capability to perform the identified Chemical Weapons Convention (CWC) Mission Support Contract. Qualified sources should also demonstrate a capability to provide a robust cadre of personnel to support all mission areas of the DTRA Blue Grass Treaty Monitoring Branch at BGCAPP and identify innovative approaches to leverage resources across the mission support areas. Any information submitted in response to this Sources Sought Notice is strictly voluntary. This synopsis is for information planning purposes only and the Government will not pay or otherwise reimburse respondents for information submitted. All documentation and statements received in response to this Sources Sought Notice shall become the property of the U.S. Government. Unless otherwise stated herein, no additional information is available. Requests for the same will not receive a response. There is no commitment by the U.S. Government to issue a solicitation, to make award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this Sources Sought Notice. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. White Papers submitted shall not exceed five (5) pages in total, using 12-point Times New Roman font with a 1" margin. Please include the Subject Title: Chemical Weapons Convention (CWC) Mission Support Contract White Paper Capability Statement-Bluegrass Kentucky in the email submission. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. A one (1) page cover letter must be provided with each submission with the following information: White Paper submittals shall include responses to the following questions which are "included" in the aforementioned maximum five (5) page limit: 1. Company Administrative Information •· Company Name: •· Company Point of Contact (email and phone) and Title: •· Company Address: •· DUNS No: •· CAGE Code: •· Please identify business type/size (i.e. large business, small business, small disadvantaged business, an 8(a) participant, certified small disadvantaged business, HUBZone small business, women-owned small business, very small business, veteran-owned small business, service- disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541990, All Other Professional Scientific, and Technical Services. •· Which NAICS code or codes do you currently provide support services under? •· What facility security clearance level does your company currently possess? •· What do you see as the primary risk areas and/or potential issues associated with this acquisition, given its type, requirements and other factors? •· What do you recommend for measures that you might offer (that you as contractor would plan to take) to help mitigate any risk(s)/issues identified above Questions regarding this notice shall be submitted in writing via e-mail. Verbal questions will NOT be accepted. Questions will be answered by posting responses on the FBO website. Accordingly, questions shall NOT contain proprietary or classified information. All responses must be submitted in writing via e-mail to Arlene Warren at arlene.warren.civ@mail.mil Responses to this notice must be received by 11:00 AM EST, August 6, 2018. Responses must include business name, point of contact, address, and telephone number.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DTRA/DTRA01/HDTRA1827641/listing.html)
- Place of Performance
- Address: Place of Performance: The focus of activities will be (1) on-site at the Treaty Office Facility (TOF), BGCAPP, Richmond, KY; (2) the DTRA Lodging Office (DLO) and inspector lodging; (3) transportation and escort between the BGCAPP and lodging; (4) transportation and escort between the BGCAPP/lodging and local airport (typically Lexington or Cincinnati); (5) transportation and escort of inspectors within the local travel area; (6) transportation and escort of inspectors during occasional (weekly or less) excursions outside the local travel area (LTA). (The LTA is generally a 15-minute drive radius from the lodging facility that will be further defined by local policy and procedure.), United States
- Record
- SN05003142-W 20180725/180723231049-9aa379178bedea9f909ca7f33ba991a0 (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 |