The RFP Database
New business relationships start here

Basic Ordering Agreements for Research, Ananlysis, and Technical Services


District Of Columbia, United States
Government : Homeland Security
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

REQUEST FOR INFORMATION (RFI)
DHS Science and Technology-Centers of Excellence
Basic Ordering Agreements for Research, Analysis, and Technical Services

The Department of Homeland Security (DHS), Science and Technology (S&T) Directorate, Office of University Programs (OUP), is requesting information from the scientific community regarding the continued utilization of Basic Ordering Agreements (BOAs) with current Centers of Excellence (COEs).


DHS S&T intends to fund projects within the scopes of work of existing and future COEs (see Table 1.0 for COE subject matter areas) requiring a contracting vehicle. DHS S&T proposes issuing five-year BOAs. The BOAs will be for homeland security mission-related unclassified and classified research, development analysis, and technical services requested by any DHS office or Component agency (Component) that is within the scope of each COE's cooperative agreement.


THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for market research and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. Furthermore, those who respond to this RFI will not receive feedback from DHS to their submissions other than acknowledgment of receipt, provided a submitter requests such an acknowledgement and addresses the mandatory responses/questions at (a)(1) - (a)(7) identified under Section 2.0, Responses Requested. This RFI does not commit the Government to enter into any contractual agreement, nor will the Government pay for any information requested hereunder.


By submitting a response, each respondent agrees that any and all costs the respondent incurs in responding to this request or in support of activities associated with this RFI shall be the sole responsibility of the respondent. The Government shall incur no obligations or liabilities to anyone for any costs or expenses incurred by the respondent in responding to this RFI. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP). The information provided in this RFI is subject to change and is not binding on the Government or the respondent. All submissions become the property of the Government and will not be returned.


1.0 DESCRIPTION


1.1 Background


The Homeland Security Act of 2002 granted the Department of Homeland Security (DHS) the authority to create university-based COEs using grants, cooperative agreements or contracts. The COEs have significant homeland security-related science, technology, engineering, and mathematics capabilities to provide technical services to DHS including: subject matter expertise, laboratories, engineering and other testing facilities, data bases, computer models, computer software and hardware, analytical tools, etc.


The COEs are directly aligned with one or more of the DHS Components, creating linkages between DHS and other customers, as well as providing enduring multi-disciplinary research, development, testing, evaluation, education and training capabilities for DHS and the Nation. The COEs are authorized by Congress and chosen by the DHS Science and Technology Directorate (S&T) through a competitive selection process. The designation of "Center of Excellence" is awarded to a university that brings together leading experts and researchers from other institutions, agencies, laboratories, think tanks, and the private sector to conduct multidisciplinary research and education for homeland security solutions.


The S&T OUP's mission is to maximize DHS's return on investment in university-based research and education. OUP funds grants and cooperative agreements to the COEs to establish fundamental research and education programs in specific multi-disciplinary subject matter areas at each COE (see Table 1.0 below). DHS S&T expects the universities that comprise the COEs to obtain additional sources of funding beyond OUP's base funding in order to support more directed research, development, testing, evaluation, education and training. Other S&T Divisions and DHS Components frequently need to access the capabilities created by the COEs at the lead or partner universities, e.g. for directed research, analysis, technical services, both unclassified and classified, as well as DHS-specific education and training that cannot be performed under S&T's grants and cooperative agreements. Through this RFI, DHS S&T is pursuing funding strategies to meet emerging requirements.


1.2 Discussion


DHS S&T seeks comments on the use of four Basic Ordering Agreements (BOAs) to accommodate DHS requirements for COE research, analysis, and technical services (unclassified and classified), as well as DHS-specific science and engineering education and training. DHS S&T proposed to award BOAs to each current and future COE research lead university, to be renewed once after five years, and again at the end of their periods of performance, both renewals being subject to suitable COE progress in research, development, test, evaluation, education and training. OUP will determine the need for a BOA for each COE research lead by matching university capabilities with DHS's requirements and needs (S&T will address high priority requirements first).


Four current DHS COE awards are nearing the end of the period of performance. Table 1 identifies those Centers. These BOAs enable DHS components to access the capabilities, experience, research results, technology, models and data that the COEs have developed with DHS funding.
Characteristics:
o Versatile umbrella agreements between a federal agency (DHS in this case) and performing institutions (one lead university from each COE)
o Enables contracting officers within the funding agency to issue task orders to the performer that are within the scope of the BOA
o Designed to address the needs of DHS for specific research questions with deliverables on an identified cost and schedule performance
o Awarded for a five year period of performance


Table 1
Center of Excellence COE and Subject Matter Area:
1 Center for Risk and Economic Analysis of Terrorism Events (CREATE) for Risk and Economic Analysis of Terrorism Events.
2 Center for Visual and Data Analytics (CVADA) for Visualization and Data Analytics.
3 National Center for Food Protection and Defense (FPDI) for Food Protection and Defense.
4 National Center for Zoonotic and Animal Disease Defense (ZADD) for Foreign Animal and Zoonotic Disease Defense. 
 
The task/delivery orders issued under the BOAs will be issued non-competitively to the respective BOA recipients. The total estimated annual value of all orders issued under each BOA is one to five million dollars ($1M-$5M). Experience indicates that current projects have been in the range of $25,000 to $1,000,000 in value. The value of task orders under new BOAs may be lower or higher. DHS S&T anticipates that the COE research lead universities will use BOA subcontracts with current or new organizations to access the best possible skills, knowledge, and capabilities needed to address each task order.


The DHS Office of Procurement Operations (OPO) S&T Acquisition Division will issue and administer the BOAs. DHS Components' contracting offices will issue and administer their respective task orders under the BOAs, subject to a determination by the S&T contracting officer's representative (COR) that the requested goods or services are within the scope of the relevant BOA. The OPO will publish and issue an ordering guide to explain to ordering officers at all DHS Components how to issue task orders under the BOAs. Task orders issued under the BOAs will be predominantly firm fixed price. However, the BOAs will contain pertinent terms and conditions that will facilitate the issuance of fixed price, time and materials, or cost reimbursement type task orders as determined by the ordering contracting officer of the relevant DHS component.


Designated ordering officers at DHS offices and Components will be able to issue task orders under the COE BOAs for unclassified or classified research, scientific or technical analyses, and technical services related to homeland security challenges and solutions. Orders will fit within the broad scope of COE capabilities and may include:


a) Creating technologies and models
b) Utilizing facilities and technologies
c) Providing subject matter expert review, presentation, or testimony
d) Testing and evaluation
e) Conducting analyses or assessments
f) Developing and delivering education and training materials
g) Performing other relevant services within an existing COE scope of work


2.0 RESPONSES REQUESTED


a) Mandatory Responses/Questions:
1) Please provide comments on OUP's proposed plan to extend the periods of performance of four BOAs that DHS currently maintains with four existing Centers of Excellence.
2) Describe your university's/organization's knowledge, experience, and capacity to administer FAR-based contracts and, in particular, Basic Ordering Agreements (BOAs).
3) Describe your university's/organization's willingness to accept a FAR-based BOA and task/delivery orders under the BOA in fulfillment of future DHS research, analysis, and technical services requirements.
4) Does the award of a BOA impose a burden on your university/organization and on your partner organizations that you cannot accommodate given your institution's current skills, capabilities, experience, and resources? Please explain.
5) Which FAR-based contract type is preferred for orders issued under a BOA, if awarded to your university/organization for COE-related research, analysis, and technical services? [For example: Firm Fixed Price (FFP), Cost Plus Fixed Fee (CPFF), Cost Plus Award Fee (CPAF), Time and Materials (T&M).] Please rank order, from most preferred to least preferred, the contract types listed above.
6) Are you willing and able (having the necessary facilities, practices, procedures, etc.) to accept and perform sensitive but unclassified (SBU) task orders under a FAR-based BOA?
7) Are you willing and able (having the necessary facilities, practices, procedures, etc.) to accept and perform classified task orders under a FAR-based BOA?
8) Are you willing and able (having the necessary facilities, practices, procedures, etc.) to accept and perform classified task orders under a FAR- based BOA?
9) Describe your understanding and management practices for advancing technologies in the disciplines identified in Table 1. This includes describing processes in use at the submitting organization that manages the advancement of research through commercialization and market deployment.
10) Describe the kinds of research, analysis, and technical service projects that your COE/organization might perform for DHS Components under the aforementioned BOA. Include project examples.
11) What other questions or concerns should DHS S&T consider with respect to implementing this BOA contracting approach?
12) Since research performed under these BOAs will address DHS mission needs, the availability of the results of such research for publication might be limited. Does this present an issue?
13) Are there any issues regarding intellectual property rights that DHS should consider as it prepares its BOAs for issuance? DHS expects to use the FAR clause on data rights 52.227-14. Pursuant to that clause, DHS expects to review scientific articles prior to publication to ensure that DHS's security & mission needs are considered.


3.0 RESPONSE INSTRUCTIONS


At this time, proprietary information is not being requested. Respondents wishing to submit proprietary information should specifically mark or identify any information they perceive as proprietary/confidential for which they seek added protection. To the extent that any proprietary data is submitted with the RFI responses, it will be properly protected by DHS S&T.


Respondents are advised that government support contractors may be involved with the review of the submitted information in addition to DHS employees. All government support contractors needed to review the information will be required to submit non-disclosure/confidentiality statements (if not already on file) with DHS.


4.0 SUBMISSION OF DOCUMENTATION


Respondents, at a minimum, must address the mandatory responses/questions identified under Section 2.0, (a) (1-8) and clearly identify which item is being answered for each response.

Information must contain:


o Name and Address of Firm/Organization
o Business Size of Firm/Organization
o Socio-economic status of Firm/Organization
o Dunn & Bradstreet number for Firm/Organization
o Is your firm/ organization registered with the System for Award Management (SAM) at http://www.sam.gov. Responses must be provided no later than 30 calendar days after the posting of this announcement. DHS will not consider or review unsolicited proposals submitted in response to this RFI. Responses are not mandatory to receive a subsequent BOA award.


Responses must be provided no later than 30 days after the posting of this announcement. DHS will not consider or review unsolicited proposals submitted in response to this RFI. Requirement of responses: pages numbers must be placed at the bottom left-hand corner, 12 pt font, 1 inch margins, 8.5" by 11" paper, and no more than six (6) pages in length, including images, data displays, charts, graphs, and tables. Respondents must submit their information in electronic versions to coerfi@hq.dhs.gov in either Word or PDF format.


All interested parties should email their questions to the primary point of contact below:


Primary Point of Contact:
Thomas Zaboski
Contract Specialist
tom.zaboski@hq.dhs.gov
202-254-8898


Thomas E. Zaboski, Contract Specialist, Phone 2022548898, Email tom.zaboski@hq.dhs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP