Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2018 FBO #6089
SOURCES SOUGHT

U -- Geodesy and Geophysics Training for Weapons Systems Applications - Request For Information (RFI)

Notice Date
7/24/2018
 
Notice Type
Sources Sought
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, OCSW - GEOINT/Enterprise Operations, Attn: OCSW Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238, United States
 
ZIP Code
63010-6238
 
Solicitation Number
HM1575-18-R-0017
 
Archive Date
8/18/2018
 
Point of Contact
Patrick J Fallon, Phone: 3146768284, Tammie R. Shelton, Phone: 3146760191
 
E-Mail Address
patrick.j.fallon@nga.mil, tammie.r.shelton@nga.mil
(patrick.j.fallon@nga.mil, tammie.r.shelton@nga.mil)
 
Small Business Set-Aside
N/A
 
Description
Geodesy and Geophysics Training for Weapon Systems Applications - Statement of Work (SOW) Sources Sought Announcement/Request for Information Geodesy and Geophysics Training for Weapons Systems Applications National Geospatial-Intelligence Agency St. Louis, MO Posted Date: 24 July 2018 Response Date: 3 August 2018 Contracting Office Address: National Geospatial-Intelligence Agency, 3838 Vogel Road, ATTN: Tammie R. Shelton, MS: L-013, Arnold, Missouri 63010 This announcement is for information purposes only. The suggested North American Industry Classification System (NAICS) code is 611430. The Government seeks to identify interested offerors for this potential procurement action and to gather information that may influence the shape of any future Request for Proposal (RFP). This announcement does not constitute an RFP and it does not restrict the Government to any ultimate acquisition approach or strategy. This announcement does not represent a commitment by the Government in any form. The Government will not pay for any information that is submitted by respondents to this announcement. This is not a request for proposals, quotations or bids. 1.0 Background The National Geospatial-Intelligence Agency (NGA) provides timely, relevant, and accurate geospatial intelligence (GEOINT) in support of national security to the National System for Geospatial-Intelligence (NSG). The NSG is the combination of technology, policies, capabilities, doctrine, activities, people, data, and communities necessary to produce GEOINT in an integrated multi-intelligence, multi-domain environment. A key agency priority is to determine, with certain reliability, where persistent cultural, physical and physiographic changes have occurred on the earth's surface. The detection of these persistent changes shall support the maintenance of foundation data warehouses that are ready and current to support NSG's mission requirements. NGA is pursuing applications, services and technological ideas to satisfy this revolution in geospatial foundation data production and maintenance. To support the NSG in an ever changing world, NGA must employ new technologies, new applications and source retrieving services. NGA is developing unique approaches to achieve geospatial foundation data readiness via the exploitation of new technologies, infrastructure and the use of commercial/civilian imagery. Through this announcement, NGA is seeking to provide training in capabilities for quantifying the effects of errors in models of the Earth's gravity field on ballistic missile trajectories. 2.0 Geodesy and Geophysics Trainning for Weapons Systems Applications Specifics NGA is soliciting industry input in regards to the development of training program in support of the NGA Geodesy and Geophysics Training for Weapons Systems Applications Statement of Work (SOW) (See Attachment 1 to this RFI). 3.0 Information Desired Request interested and qualified sources address the following in accordance with the submittal instructions below: •Relevant Corporate Knowledge/Experience. •Provide a corporate capability statement that describes your core competencies and ability to meet the objectives outlined in the attached SOW. •Identify relevant and recent contracts, to include: i. Awarding Agency/Office; ii. Contract type, contract value and number of personnel utilized; iii. Identification of subcontractors; Describe the specific nature of the support provided and explain why it is relevant. Describe how corporate knowledge/experience gained through contract performance could be of benefit to NGA in the future. Provide answers to the following questions regarding possible Small Business opportunities: •What business type are you? •Do you have a GSA vehicle? If yes, provide the contract number. •Are you aware of clause FAR Part 52,219-14, Limitation of Subcontracting? •Are you interested as a prime or subcontractor? If you answer yes as a subcontractor, if there was a piece carved-out for small businesses or an opportunity to be a designated small business prime instead of a subcontract, would you be interested in the designated Prime opportunity? •Can you perform all the required work? •What portion of the work could be set-aside for small businesses? •Can two or more small businesses through teaming or Joint Venture, etc. perform the work? If so, what portion of the work could be set-aside for small businesses? •Would this requirement be suitable as a "prime of primes" strategy? Basis of the prime of prime's concept is when small businesses are not capable of performing the entire SOW, PWS, or SOO but are able to perform portions of the SOW. If you answer yes, what methods would be used to control duplication in the areas of contract management and others cost areas. •Would you propose on this requirement if released? Is there another suggested NAICS code? If yes, please provide 4.0 Submittal Instructions Submissions to this RFI are due no later than 1:00 p.m. Central Daylight time by 3 August 2018. Potential Offerors not responding to this announcement will not be precluded from any further participation. Responses to this RFI must also include: A. Business name, address, telephone, fax, email address, website address (if any), CAGE code and DUNS number, the full name of a company point of contact (POC), POC email address, POC telephone number and POC fax number. (Secure and unclassified information is requested.) B. Business Size in accordance with NAICS Code 611430 (in addition, any small disadvantaged business designations.) All questions in response to this RFI whether general or technical shall be submitted via e-mail to Patrick.J.Fallon@nga.mil no later than 27 July 2018. The Government will endeavor to respond to all questions. Valid questions and responses will be posted without reference to the company submitting the question, for all interested parties to review. Responses will be posted to this RFI in FedBizOpps by close of business on 31 July 2018. Request submissions to this RFI be provided in a word document format. To aid government review, submissions are limited to no more than 5 pages. A page is defined as each face of an 8-1/2 X 11 inch sheet with information contained within an image area of 7 X 9 inches. Type size shall be 12-point proportional font. Briefings and/or briefing charts in lieu of written responses are not acceptable. The respondent shall screen all emails for computer viruses prior to submittal. 5.0 Industry Exchange Meetings As deemed appropriate, the Government may elect to conduct industry exchange meetings after receipt of contractor responses to this announcement. POINTS OF CONTACT Patrick J. Fallon Jr. Contract Specialist 314-676-8284 Patrick.J.Fallon@nga.mil Ms. Tammie Shelton Contract Officer Tammie.R.Shelton @nga.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM1575-18-R-0017/listing.html)
 
Record
SN05004546-W 20180726/180724231004-6d63386c4547e22642173c9e3810f2ae (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.