The RFP Database
New business relationships start here

ARNORTH Determined Response CPX


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT NOTICE
United States Army -North

Department of Defense (DoD), Chemical, Biological, Radiological, and Nuclear Response Force (DCRF)
Task Force Headquarters
Command Post Exercise (CPX)
Determined Response CPX


SOLICITATION NUMBER: TBD


NOTICE TYPE: This is A Sources Sought Notice ONLY. This Sources Sought Synopsis (SSS) is to support the DoD Chemical, Biological, Radiological, and Nuclear Response Force (DCRF) Task Force Headquarters 7-day Command Post Exercise (CPX) - called DETERMINED RESPONSE. The information received will be used within the Mission and Installation Contracting Command - Fort Sam Houston (MICC-FSH) Contracting Office on behalf of United States Army -North (ARNORTH), to facilitate the decision making process and will not be disclosed outside of the organization. This announcement is for planning and informational purposes only and SHALL NOT be considered an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP). There is no obligation on the part of the Government to acquire any products or services described in this Sources Sought. This office does not intend to award a contract on the basis of this Sources Sought or reimburse respondents for information solicited. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the Contracting Office in developing its acquisition strategy.


BACKGROUND: This is a non-personal services requirement to provide planning and exercise development culminates with collective training event for the DCRF Task Force Headquarters (Operations, Aviation, Medical, Logistics) to exercise mission command and staff procedures. Suring this CPX DCRF Task Forces require a simulated environment to include white cell, OC/T, interagency and an Incident Command System (ICS) Command and Control node in order to provide sustainment training and proficiency in executing domestic CBRN response operations. The contractor shall support TF HQ participation in a Command Post Exercise with complex exercise design, associated scenario/inject development, Observer-Controller-Trainer (OC/T) and role players (ICS and interagency) as highlighted below and furthered defined in the draft Performance Work Statement (PWS) except for those items specified as government furnished property and service.


The service outlined in this requirement encompasses professional, scientific, and technical services, which includes establishments primarily engaged in providing professional, scientific, or technical services (except legal services; accounting, tax preparation, bookkeeping, and related services; architectural, engineering, and related services; specialized design services; computer systems design and related services; management, scientific, and technical consulting services; scientific research and development services; advertising, public relations, and related services; market research and public opinion polling; photographic services; translation and interpretation services; and veterinary services). The NAICS code assigned to the acquisition is 541990, All Other Professional, Scientific, and Technical Services, The associated size standard is $15 million. The requirement requires the contractor to provide all personnel necessary to perform the requirements as defined in the draft PWS.


PURPOSE OF THIS SOURCES SOUGHT: 1) To request information on capabilities of potential offerors to provide the services described in the draft PWS in order to determine if this will be set-aside. Please note, decision to set-aside this requirement for a small business program or to compete it through full and open procedures has not yet been made. 2) To request information from interested parties regarding their preferred contracting approach to provide the services described in the attached draft PWS. All acquisition methods are being considered by the Government.


RESPONSES REGARDING POTENTIAL SOURCES STATEMENT OF CAPABILITIES: Interested Offerors having the required specialized capabilities / qualifications to support some or all of the work described in the draft PWS are asked to answer the following questions and submit a capability statement. Capability statements shall contain the following information:


1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.


2. Identify whether your firm is interested in competing for this requirement as a prime contractor or not. Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.


3. Information in sufficient detail regarding previous experience (indicate whether as a prime contractor or subcontractor) on similar requirements (include size, scope, complexity, timeframe, government or commercial), pertinent certifications, etc., that will facilitate making a capability determination.


4. Information to help determine if the requirement is commercially available, including pricing information, basis for the pricing information (e.g., market pricing, catalog pricing), delivery schedules, customary terms and conditions, warranties, etc.


5. Identify how the Army can best structure these contract requirements to facilitate competition by and among small business concerns.


6. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition. Please contact the MICC Advocate for Competition, Scott Kukes at scott.d.kukes.civ@mail.mil or 210-466-3015, if you believe that this action is unreasonably restricting competition. Include the subject of the acquisition, this announcement, and the MICC POC information from the FedBizOpps notice. Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.


7. Recommendations to improve the approach/specifications/draft PWS/PRS to acquiring the identified items/services.


8. Information to help determine if the suggested NAICS is considered appropriate for this acquisition. If you believe it is not, suggest a NAICS and explain why it is more appropriate for this type of acquisition.
SPECIAL REQUIREMENTS:
• Personnel and Facility Security Clearances. A DD Form 254 Contract Security Classification Specification shall apply to this requirement and the prime contractor shall have or demonstrate ability to obtain a Secret Facility Clearance before time of award.
• Contractors shall be registered in the System for Award Management (SAM) to be eligible for award of a contract. Contractors shall ensure SAM registration is active before contract award. The official SAM website is https://www.sam.gov/portal/public/SAM/.


YOUR RESPONSE TO THE SYNOPSIS: The Government requests for Statement of Capabilities to be submitted electronically in PDF format. Offeror's responses shall not exceed fifteen (15) pages single-sided - standard 8 ½ X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully perform the services described in the Draft PWS.


All responses shall be received no later than June 29, 2018 at 12:30 PM CST. Please respond via electronic mail (e-mail) to the Contracting Officer, Regina M. Espinoza, at the following address: regina.m.espinoza.civ@mail.mil and Contract Specialist, Gerry L. Brown, at the following addressgerry.l.brown.civ@mail.mil. All questions MUST be in writing and should also be directed to Gerry Brown and Regina Espinoza. In all responses, please reference "ARNORTH Determined Response CPX" in the subject line. Verbal questions will not be accepted. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. No telephonic responses will be accepted. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in Federal Business Opportunities. It is the potential offerors responsibility to monitor this site for the release of any solicitation or synopsis.


Primary Point of Contact:                           Secondary Point of Contact:
Gerry L. Brown                                          Regina M. Espinoza
Contract Specialist                                     Contracting Officer
Email: gerry.l.brown.civ@mail.mil


Gerry L. Brown, Contract Specialist, Phone 2104662223, Email gerry.l.brown.civ@mail.mil - Regina Espinoza, Contracting Officer, Phone 2104662234, Email regina.m.espinoza.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP