DFSC Staffing Support

expired opportunity(Expired)
From: Federal Government(Federal)
016256

Basic Details

started - 15 Jun, 2021 (about 2 years ago)

Start Date

15 Jun, 2021 (about 2 years ago)
due - 21 Jun, 2021 (about 2 years ago)

Due Date

21 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
016256

Identifier

016256
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708180)DEPT OF THE ARMY (132982)AMC (72571)ACC (74945)MISSION & INSTALLATION CONTRACTING COMMAND (25814)FDO EUSTIS (4824)W6QM MICC-FT GORDON (791)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR SERVICESINTRODUCTIONThe Mission Installation Contracting Command, Fort Gordon Office and 271 Heritage Park Lane, Room 136, Fort Gordon, GA 30905) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement for DFSC Staffing Suppor  associated with the Defense Forensic Science Center. The intention is to procure these services on a competitive basis.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.PLACE OF PERFORMANCELocation: Defense Forensic Science
CenterDISCLAIMER"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT."PROGRAM BACKGROUNDBackground. The DFSC mission provides full-service forensic and biometric support (traditional, expeditionary, and reach-back) to Army and DoD entities worldwide. Provide specialized forensics training and research capabilities, serve as Executive Agent for the DoD Convicted Offender DNA database registry commonly known as CODIS, responsible for technical management over the USACIDC criminalistics program, oversees mandatory training and certification of employees and laboratory accreditation, conduct research, development, testing, and evaluation. Provide forensic and biometric services to other federal departments and agencies, as required.Objectives. The DFSC requires subject matter expertise support to augment critical staff and directorate technical positions in order to perform its forensic and biometric mission effectively while minimizing loss of operational capacity.  Scope. The contractor shall perform associated tasks in the following “Core Support” areas: Operations Manager (2), Logistics Management Specialist (1), and Supply Management Specialist (1). When surge support is required, the contractor shall perform associated tasks in the “Core Support” areas listed above and in the following “Surge Support” areas: SharePoint Administrator/Content Manager (1), Logistics Management Specialist (2), and Application Support Specialist/Admin (1). The contractor shall perform overtime support as the mission dictates, but not exceed the amount specified on the Other Direct Cost (ODC) CLIN. The technical support requirements for this Performance Work Statement (PWS) fall within DFSC’s mission and responsibilities and are designed to assist DFSC in meeting its operational needs.Security Requirements. Contractor shall be U.S. citizens, possess a Secret Security Clearance, and must maintain the Secret Security Clearance for the life of the contract. Contractor shall be able to pass general access requirements for the DFSC – Main and DFSC North facilities. Contractor shall provide proper documentation of their security clearance to the DFSC Security Officer prior to performing their duties.ELIGIBILITYThe applicable NAICS code for this requirement is 541519 with a Small Business Size Standard of $15 Million. The Product Service Code is R499. Businesses of all sizes are encouraged to respond; however, each respondentmust clearly identify their business size in their capabilities statement.ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)A draft Performance Based Statement of Work (PBSOW) and draft Personnel Qualifications Description are attached for review. (Attachment 1) Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. DFSC Staffing Support The deadline for response to this request is no later than 11 am, EST 21 June 2021. All responses under this Sources Sought Notice must be e-mailed to martina.c.bond.civ@mail.mil.This documentation must address at a minimum the following items:1.) What type of work has your company performed in the past in support of the same or similar requirement?2.) Can or has your company managed a task of this nature? If so, please provide details.3.) Can or has your company managed a team of subcontractors before? If so, provide details.4.) What specific technical skills does your company possess which ensure capability to perform the tasks?5.) Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company's ability to perform at least 50% of the tasking described in this PBSOW for the base period as well as the option periods.6.) Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.7.) Respondents to this notice also must indicate whether they qualify as a Small, Small Disadvantaged, Women- Owned, HUBZone, or Service Disabled Veteran-Owned Small Business Concern.8.) Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. The estimated period of performance consists of DFSC Staffing Support, base year plus 2 options) with performance commencing in 1 September 2021 - 28 Feb 2022. Specifics regarding the number of option periods will be provided in the solicitation.The contract type is anticipated to be Total Small Business Size/Certification (to include 8(a), HUBZone, SDVOSB, etc). The Level of Effort for 4 years is estimated. The proposed contract is anticipated to include tasking that would be accomplished by labor categories that are subject to the Service Contract Act or a collective bargaining agreement.Upon evaluation of the capability statements, if it is determined that this requirement will be an unrestricted competition, the Government intends to evaluate the Small-Business responses and conduct further market research to identify a subcontracting goal.Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Martina Bond, in either Microsoft Word or Portable Document Format (PDF), via email martina.c.bond.civ@mail.mil. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.No phone calls will be accepted.All questions must be submitted to the contract specialist identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.

Forest Park ,
 GA  30297  USALocation

Place Of Performance : N/A

Country : United StatesState : GeorgiaCity : Clayton County

You may also like

ADMINISTRATIVE STAFFING SUPPORT

Due: 31 Mar, 2025 (in 11 months)Agency: OFFICE OF THE ASSISTANT SECRETARY FOR ADMINISTRATION (ASA)

STAFFING SUPPORT

Due: 28 Dec, 2025 (in 20 months)Agency: OFFICE OF THE SECRETARY

STAFFING SUPPORT

Due: 27 Aug, 2025 (in 16 months)Agency: OFFICE OF THE SECRETARY

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 541519Other Computer Related Services
pscCode R499Other Professional Services