The RFP Database
New business relationships start here

G2 Support Services


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

Notice Type: Request for Information (RFI)
THIS NOTICE IS FOR MARKET RESEARCH ONLY. THIS IS A REQUEST FOR INFORMATION WHICH IS FOR PLANNING PURPOSES AND DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL.
The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) located at Aberdeen Proving Ground, MD, submits this RFI, on behalf of the Army Futures Command (AFC). This posting seeks capabilities statements from industry for possible future contract support where the contractor shall provide the personnel, services, and materials necessary to support AFC - Cross Functional Teams (CFTs) for G2 Support Services under the Directorate of Intelligence and Security (DoIS).
Posting Date: Tuesday 05 November 2019
Response Date: Tuesday 26 November 2019 (21 days), 1400 EST
Classification Code: D - Information technical services, including telecomm services
Potential North American Industry Classification System (NAICS) Code(s):
541XXX - Professional, Scientific, and Technical Services
541330 - Engineering Services
541513 -- Computer Facilities Management Services
541690 - Security Consulting Services
561XXX - Administrative and Support Services
561990 - Other Support Services
Comments on this NAICS and suggestions for alternatives must include supporting rationale. This NAICS code is subject to change if necessitated by the responses to this RFI.
This announcement constitutes an official RFI as referenced in FAR 15.201(e). This RFI announcement is for information and planning purposes only and it is not to be construed as a commitment by the Government. The intent is to identify responsible Contractors that currently possess the capabilities to effectively meet contract support requirements as delineated within the draft Performance Work Statement (PWS).
The Government does not intend to award a contract strictly on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of the requested information. This request does not constitute an Invitation for Bid or a Request for Proposal.
Market research information received from Industry in response to this RFI will be considered for formulation of the Government's acquisition strategy. Evidence of responsible and capable small businesses in a specific socioeconomic small business program (8a, HUBZone, SDVOSB, WOSB, EDWOSB) will inform the Government of the viability of a small business set-aside for the relevant Small Business Administration (SBA) program.
OBJECTIVE:
The United States Army Futures Command (AFC) Headquarters (HQ) geographically dispersed research laboratories and engineering centers are developing advanced technology that will form the heart of the Army's future fighting force. Identification and protection of those technologies are essential to the Army's mission and capabilities. It is also essential that the Army understands the effect of the compromise to the supply chain and readiness of the future force should any adversary illegally acquire knowledge of the U.S. advanced technologies. AFC HQ and its Major Subordinate Commands (MSC) require an integrated Research and Technology Protection (RTP) program with the ability to perform these critical missions with a high degree of confidence of success.
The Contractor shall provide Research and Technology Protection (RTP), All Source Threat Intelligence, and Security to include Foreign Disclosure Support services for the Army Futures Command to conduct full spectrum threat protection activities and to raise the performance level of technology protection activities Army-wide, concurrently while operating in conjunction with the Army Futures Command and the Army Research and Technology Protection Center (ARTPC).
Responses are limited to 10 one-sided pages, capable of being printed on 8.5 x 11 inch paper with one inch margins (top, bottom, left and right) and a 10 point Arial or 12 point Times New Roman font. Line spacing shall be no less than single space. Tables, drawings and header/footer information shall be 10 point Arial font or larger. For tables and drawings, landscape orientation is permitted. Microsoft (MS) Office 2010 Office Suite (or later) products shall be used to create the files or may be submitted using an Adobe Acrobat PDF compatible file format. All graphics shall be compatible with MS PowerPoint 2010 (or later). If any of the provided material contains proprietary information, please mark appropriately. No information will be returned.
CONTEMPLATED REQUIREMENTS:
**CONTEMPLATED LABOR CATEGORIES MUST POSSESS A TOP SECRET CLEARANCE WITH ELIGIBILITY FOR SENSITIVE COMPARTMENTED INFORMATION (SCI) AT TIME OF PERFORMANCE**
Table 1 - Contemplated Labor Categories
Contemplated Labor Categories Est. Hours Per Year Est. Number of Personnel
Program Manager (PM) with Project Management Professional (PMP) certification 2,087
1
Security Specialist Level III (Research and Technology Protection Lead) 16,696 8
Intel Analyst Level III (Threat Intelligence Analyst) 16,696 8
Security Analyst Level III (Foreign Disclosure Representatives) 16,696 8
**For further details reference the draft PWS, attached to this notice**
The Contractor shall have the following 16 essential personnel (64%) on board no later than 15 days from the date of award:
• One (1) FTE- Program Manager (PM) with Project Management Professional (PMP) certification located at Austin, TX.
• Five (5) FTEs - Security Specialist Level III (Research and Technology Protection Lead(s)) - 2 at Fort Sill, OK, 1 at Aberdeen Proving Ground, MD, and 2 at Huntsville, AL.
• Five (5) FTEs Intel Analyst Level III (Threat Intelligence Analyst) - 2 at Fort Sill, OK, 1 at Aberdeen Proving Ground, MD, and 2 at Huntsville, AL.
• Five (5) FTEs Security Analyst Level III (Foreign Disclosure Representatives) - 2 at Fort Sill, OK, 1 at Aberdeen Proving Ground, MD, and 2 at Huntsville, AL.
The Contractor shall have the following 9 personnel (36%) on board no later than 30 days from the date of award:
• Three (3) FTEs - Security Specialist Level III (Research and Technology Protection Lead(s)) - 1 located at Detroit Arsenal, MI, 1 located at Fort Benning, GA, and 1 located at Orlando, FL.
• Three (3) FTEs - Intel Analyst Level III (Threat Intelligence Analyst) - 1 located at Detroit Arsenal, MI, 1 located at Fort Benning, GA, and 1 located at Orlando, FL.
• Three (3) FTEs - Security Analyst Level III (Foreign Disclosure Representatives) - 1 located at Detroit Arsenal, MI, 1 located at Fort Benning, GA, and 1 located at Orlando, FL.
Contemplated Period of Performance: 36 Months, 1 - 12 Month Base Period, 2 - 12 month Options.
At a minimum, responses to this RFI should include the below:
1. A brief synopsis of performance history to include ongoing or previous Army or DoD non-personal service contracts that align with this draft PWS, awarded within the last 5 years. Performance history should include the handling of classified information.
2. Identify any ongoing or existing contract vehicle(s) the company may have in place with the Army or DoD component, that may align with this draft PWS. For example existing GSA Schedule contracts, IDIQs, etc. Provide the active/existing contract number, point of contact (POC) information i.e. email address of the procurement/administrative Contracting Officer or Contracting Officer's Representative.
3. Identify whether your company currently has an active TOP SECRET/SCI facility clearance in place.

4. Identify any or all Small Business socio-economic statuses as appropriate: Small Business (SB), Small Disadvantaged Business (SDB), SBA 8(a) certified, Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Woman Owned Small Business (WOSB), Alaskan Native Corporation (ANC), Historically Underutilized Business Zone (HUBZone) certified Small Business, American Indian Tribally (AIT) Owned concern or combination.


5. Provide a rough order of magnitude (ROM) with a cost break-down traceable to each estimated cost element. An overall total cost/price estimate per year should be included.


6. Responses should include the company name, Commercial and Government Entity Code (CAGE) code, Data Universal Numbering System (DUNS), point of contact, email address, and physical address.



RESPONSES/SUBMISSIONS:
Please provide VIA EMAIL - Capabilities Statements and include a Rough Cost Estimate for the overall endeavor with estimated costs broken out, on or by 26 November 2019, to the following individual:


Richard (Rick) Black, MBE, PMP
HQ, US Army Futures Command (AFC)
Directorate of Intelligence and Security (DoIS) Collection Requirements Manager
richard.a.black12.civ @mail.mil


Rick Black, Email richard.a.black12.civ@mail.mil - Thomas E. Lynn, Contracting Officer, Phone 4438614992, Email thomas.e.lynn23.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP