SOURCES SOUGHT
R -- CG-7 Capabilities Documents for the United States Coast Guard
- Notice Date
- 5/19/2023 11:41:05 AM
- Notice Type
- Sources Sought
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- 70Z02323S91230504
- Response Due
- 6/8/2023 11:00:00 AM
- Archive Date
- 07/30/2023
- Point of Contact
- Robert Budlong, Phone: 2024753273, TILLMAN II, Mr. ALLEN A
- E-Mail Address
-
Robert.Budlong@uscg.mil, Allen.A.Tillman@uscg.mil
(Robert.Budlong@uscg.mil, Allen.A.Tillman@uscg.mil)
- Description
- THIS SPECIAL NOTICE IS FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT FROM RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY INTERESTED PARTIES IS STRICTLY VOLUNTARY AND NO MONETARY COMPENSATION WILL BE PROVIDED FOR RESPONSE PREPARATION. INTERESTED PARTIES ARE NOT REQUIRED TO ANSWER ALL THE QUESTIONS BELOW EXCEPT FOR QUESTION 1. HOWEVER, YOU ARE ENCOURAGED TO ANSWER AS MANY QUESTIONS AS POSSIBLE. The United States Coast Guard (USCG) has a requirement for program management and systems engineering technical support services to develop capabilities-related documents and to conduct capability-related studies similar to the tasks in the attached Statement of Work (SOW). The NAICS for this requirement is 541611, Administrative Management and General Management Consulting Services. The small business size standard is $24.5M. The PSC is R799: Support- Management: Other. The Government wants to learn the industry availability of firms capable of providing the services for this requirement. The Government also wants to learn of the availability of Small Business that can provide the services for the subject requirement. The Government would also like to get feedback on the draft SOW and recommendations for edits and possible questions. The current contract for this requirement is Contract 70Z02319DMDW05100. The Contractor�s name and address are D&G Support Services, LLC, 3460 Commission Court Suite 201, Woodbridge, VA 22192. The total contract value is $49,950,000.00. The contract expires on 9/26/2024. The Government intends to recompete this contract in the future. As part of this effort, the USCG is requesting information about this requirement. The USCG would like all interested parties to review the attached draft SOW and to provide any questions you may have. Please provide a capabilities statement with the following information. Name of Company, Address, SAM Unique Entity Identifier (UEID), Point of Contact Information including physical mailing address, phone number, and email address. � Business Size Classification and Socioeconomic Group (Veteran-Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZONE, 8(A), Small Disadvantaged Business, Woman Owned), if any. � Experience and past performance of contracts of similar scope and complexity as the attached SOW. Please provide name of agency or company and point of contact information. � Please provide your level of interest in this requirement. � Please indicate whether you believe the Government�s requirement is a Commercial Item or not and provide your rationale. � Please review the Statement of Work and provide any questions you have about the technical aspects, clauses and administrative aspects. Please provide recommended edits and comments. � Please provide any recommended evaluation factors that you would think that would make the solicitation meaningful. � In very general terms, describe what you would believe is the best the staffing approach that will allow any company to deal with periods of no active tasks followed by periods of numerous tasks active concurrently. What would be a good staffing approach that could handle large fluctuations in orders, such as going from 5 orders to 15 orders? � In the context of cost, schedule, and performance, what is the best approach for a firm to collect and retain knowledgeable and experienced personnel from previous task orders and leverage this experience on new task orders? � Do you believe it would be reasonable for a firm to use subcontractors and/or teaming agreements? If so, please describe very briefly how that would function. � What labor categories do you believe would be needed to fulfill these requirements? Are there any specialized labor categories that are needed to fulfill these requirements that the USCG needs to be aware of? Can you provide rough billable rates? � This requirement will require the handling of classified information. Can you provide some insight into what a firm could do to recruit and retain individuals who can work with classified information? � What do you believe is the best approach for Government Cyber Security management and the protection of Sensitive but Unclassified (SBU) information? What type of certifications should a firm�s Information Technology systems meet? � The Department of Homeland Security has multiple components under this IDIQ (U.S. Citizenship and Immigration Services (USCIS), United States Coast Guard (USCG), United States Customs and Border Protection (CBP), Cybersecurity and Infrastructure Security Agency (CISA), Federal Emergency Management Agency (FEMA), Federal Law Enforcement Training Center (FLETC), United States Immigration and Customs Enforcement (ICE), United States Secret Service (USSS), Transportation Security Administration (TSA). What are some lessons learned and insight for crafting these types of contracts that are usable by multiple components? � What experience and skills do you believe are necessary to have with systems engineering and requirements managements tools such as DOORS? What staffing and sourcing do you believe is good to obtain these skill sets? � Can you recommend any model-based and modeling capabilities and disciplines that are regularly used for requirements related analysis such as capabilities-based analyses, business case, fleet-mix, force structure analyses, etc.? �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f83ac899e6be4c588c54a776c99c09c9/view)
- Place of Performance
- Address: Washington, DC, USA
- Country: USA
- Country: USA
- Record
- SN06689238-F 20230521/230519230114 (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 |