Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 12, 2020 SAM #6953
SOURCES SOUGHT

D -- DTRA- Arms Control Enterprise System (ACES) and Inspection Planning Module (IPM)

Notice Date
12/10/2020 12:31:12 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DEFENSE THREAT REDUCTION AGENCY FORT BELVOIR VA 220606201 USA
 
ZIP Code
220606201
 
Solicitation Number
HDTRA121R0009
 
Response Due
12/17/2020 8:00:00 AM
 
Archive Date
01/01/2021
 
Point of Contact
Thomas Finan, Joyce L. Gamboa
 
E-Mail Address
thomas.a.finan.civ@mail.mil, joyce.l.gamboa.civ@mail.mil
(thomas.a.finan.civ@mail.mil, joyce.l.gamboa.civ@mail.mil)
 
Description
Description: This is a sources-sought notice / request for information (RFI) only. This is not a request for a quote or proposal. This RFI is issued solely for market research purposes and does not constitute a solicitation. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a formal solicitation is released, it will be via the Contract Opportunities site (http://www.beta.sam.gov). The Government will not reimburse the costs of preparing responses to this RFI. No proprietary, classified, confidential, or sensitive information should be included in your response to this notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. This RFI is issued by the Department of Defense (DoD), Defense Threat Reduction Agency (DTRA), Acquisition, Contracts & Logistics Directorate (AL), on behalf of the On-Site Inspection & Building�Capacity Directorate (OB) for the purpose of performing market research to determine the availability, interest and capability of potential Small Businesses under NAICS Code 541990 � All Other Professional, Scientific and Technical Services, to provide the services described below. Background: The implementation and reporting required by the various arms control treaties and agreements is the source for Arms Control Enterprise System (ACES) and the Inspection Planning Module (IPM) requirements. ACES is key to supporting arms control notification processing, treaty reporting, and mission planning. Objective: The contractor shall provide program and process support in the areas of data management, configuration management, system engineering, systems/network administration, information assurance, testing and other related areas in accordance with IEEE/EIA12207.0 and 12207.1 or similar recognized standards as prescribed in the Arms Control Enterprise System (ACES) and the Inspection Planning Module (IPM) O&M Support Services draft statement of work (SOW) dated 25 November 2020. Documentation of submissions will be reviewed by the On-Site Inspection & Building Capacity Directorate (OB) solely for the purpose of determining the availability and potential technical capability of all businesses responding to this notice and the broader industry around technical solutions for ACES O&M Support Services. Responses from all sources are requested including Small Businesses, 8(a) small businesses, HUBZone small businesses, Service-Disabled Veteran-Owned Small Businesses, Women-Owned Small Businesses and Economically Disadvantaged Women-owned Small Businesses, etc. RFI Guidelines: Responses to the RFI cannot be accepted by the Government to form a binding contract nor will the Government pay for the information solicited or recognize any costs associated with the submission of the RFI. The purpose of the RFI is to provide an opportunity for industry to enhance the success of any future procurement to meet this requirement. Any information obtained as a result of this RFI is intended to be used by the Government on a non-attribution basis for program planning and acquisition strategy development. Providing data/information that is limited or restricted for use by the Government for that purpose would be of very little value and such restricted/limited data/information is not solicited. By submitting information in response to this RFI, submitters of such information impliedly consent to the release and dissemination of submitted information to any Government or non-Government entity to which DTRA releases and disseminates the information for review. As such, to the extent that any information submitted in response to this RFI is marked as or construed to be proprietary or business- sensitive, submitters are hereby notified (a) about the potentiality that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. A determination by the Government to complete this requirement based upon responses to this notice is solely within the discretion of the Government. This RFI seeks industry comments to assist the Government in locating potential sources with the ability to satisfy its requirements. The Government is seeking information from firms on what tools, technologies, and services exist to meet the stated needs. The Government is also seeking recommendations from firms on how it should think about its requirements based on their experience providing similar services to other agencies or private sector best practices. Firms that believe they can provide the needed services that fully meet the Government's requirements may submit substantiating documentation to determine capability. Submission requirements: Potential sources are invited to submit a Capabilities Statement describing the requests stated above. All responses should be submitted via e-mail to thomas.a.finan.civ@mail.mil and joyce.l.gamboa.civ@mail.mil no later than 11:00 AM (EST) on December 17, 2020. Only attach MS Word/Excel compatible files or Adobe Acrobat PDF files in electronic correspondence. Telephonic inquiries will not be considered. Please provide the following information: 1. Company name and address 2. Company Point of Contact, phone number, and email 3. DUNS and CAGE Code Number 4. NAICS codes associated with the company 5. Socio-economic categories associated with the company (i.e., SDB, WOSB, VOSB, etc.) 7. Identify if your company has any current�GWACs i.e. GSA schedules, NITAAC, SEWP, etc. 8.�Capabilities statement Required format: There is a maximum page limitation of 5 numbered pages. All font sizes must be a minimum of 12 points and all pages must be 8.5 xy 11 inches in size. No hard copy or facsimile submissions will be accepted. Cover letters and extraneous materials (brochures, etc.) will not be accepted or considered. If you have any questions, please contact the POCs listed above.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0298292730a749908fefb73c6ca48850/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060, USA
Zip Code: 22060
Country: USA
 
Record
SN05871602-F 20201212/201210230144 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.