Joint Chemical, Biological, Radiological, and Nuclear Defense (CBRND) Program Analysis and Integration Office (PAIO) requirement for Analytical Services

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

Basic Details

started - 08 Nov, 2018 (about 5 years ago)

Start Date

08 Nov, 2018 (about 5 years ago)
due - 29 Nov, 2018 (about 5 years ago)

Due Date

29 Nov, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
CBRNDPAIOSVC

Identifier

CBRNDPAIOSVC
Department of the Army

Customer / Agency

DEPT OF DEFENSE (710210)DEPT OF THE ARMY (133283)AMC (72685)ACC (75069)ACC-CTRS (32938)ACC-APG (10732)W6QK ACC-APG NATICK (1292)
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.

SYNOPSIS:The Army Contracting Command-Aberdeen Proving Ground Natick is issuing this sources sought announcement as a means of conducting market research to identify parties having an interest in and the resources to support the Joint Chemical, Biological, Radiological, and Nuclear Defense (CBRND) Program Analysis and Integration Office (PAIO) requirement for analytical services associated with research, development, and acquisition (RDA) planning and planning, programming, budgeting, and execution (PPBE) activities across the Assistant Secretary of Defense for Nuclear, Chemical and Biological Defense (ASD(NCB)) Enterprise.If pursued, the estimated period of performance for this effort is five years, consisting of one base year, with four-12 month options. The estimated award date is May 2019. The place of performance will be Aberdeen Proving Ground (APG), MD. The NAICs is 541611 with $15 million small business standard size.BACKGROUND:The Joint CBRND PAIO conducts independent
analysis and provides objective advice to the ASD(NCB) Enterprise to inform senior leader decision-making. The PAIO ensures that CBRND programs, policies, and processes support operational requirements, promote efficiency and readiness, and meet national security objectives. The Joint CBRND PAIO primary focus areas include: strategic and programmatic planning; acquisition planning; WMD survivability; readiness, logistics management, and the industrial base; budgeting and execution; database sustainment; and special studies.REQUIRED CAPABILITIES:The overall objective of this Joint CBRND PAIO task is to support a wide range of countering WMD related studies, evaluations, and analysis. This requirement shall facilitate the Joint CBRND PAIO coordination and integration to the ASD(NCB) Enterprise across a variety of CWMD priority objectives to leverage resources, eliminate duplication, and ultimately ensure that programs support Warfighters and response teams. Specific tasks may include:• Strategic and programmatic planning: The contractor shall identify solutions to planning, programming, and policy issues related to countering WMD and CBRND. The contractor shall provide a full range of evaluations and analyses to develop Enterprise-level strategic planning documents and guidance and ensure strategic alignment with relevant strategies and guidance.• Acquisition planning: The contractor shall provide input to issues, studies, and analyses related to medical and non-medical requirements, doctrine, and training. Studies and analysis include items such as laboratory infrastructure, military construction, integrated program assessments, rapid acquisition for military forces, and implementation of acquisition reform across the Enterprise.• WMD survivability: The contractor shall provide survivability/vulnerability studies, analytical papers, and technical reports to assess the ability of the force to survive and operate in CBR environments as a deterrent to adversary use of WMD.• Readiness, logistics management, and the industrial base: The contractor shall develop input to studies, analytical papers, and technical reports focused on the development and refinement of metrics and the measurement of effectiveness of DoD's CBRND efforts against specific goals and objectives for readiness.• Budgeting and execution: The contractor shall support execution reviews, resource analyses, and overall risk analysis as needed. The contractor shall assist in preparing the DoD bi-annual budget submissions by reviewing and interpreting regulatory guidance. The contractor shall support development of monthly execution analyses for the ASD(NCB) Enterprise.• Database sustainment: The contractor shall provide sustainment and maintenance support for the Government owned, contractor operated CBDP programmatic database. The contractor shall also provide database development and enhancement capabilities for improved functionality and support to advanced data analytics. The contractor shall support continuous monitoring of all cybersecurity requirements to maintain the authority to operate.• Special studies: The contractor shall support development of special study papers related to counter-proliferation, counter/anti-terrorism, rapid acquisition, and military forces capabilities and needs. Special studies shall focus on complex issues that require integrated analysis and broad recommendations with implications for policy and strategy, capability gaps, force structure impacts, and investment tradeoffs.• Administrative support: The contractor shall have the ability to develop documents and presentations for meetings as necessary (including announcements, agendas, information papers, read-ahead packets, data gathering, and disseminating formal meeting proceedings). The contractor shall also provide a full range of coordination capabilities to conferences, workshops, and outreach communications.SPECIAL REQUIREMENTSPersonnel and Facility Security Clearances: A DD Form 254 Contract Security Classification Specification shall apply to this requirement. The prime contractor shall have or demonstrate the ability to obtain a Secret Facility Clearance at time of proposal submission.Government Furnished Property (Equipment/Materials/Information/Computer Utilization): The Government will provide access to the appropriate reference material necessary in the performance of this effort as well as access to all computer hardware and software necessary to complete assigned actions.DISCLAIMER:This Sources Sought Announcement is issued solely for information and planning purposes and to identify interested sources. THIS IS NOT A SOLICITATION. No contract will be awarded from this announcement. This Sources Sought does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Army has not made a commitment to procure any of the services discussed, and release of this Sources Sought Announcement should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Response to this Sources Sought Announcement is voluntary and no reimbursement will be made for any costs associated with providing information in response to this and any follow-on information requests. All submissions become Government property and will not be returned.Not responding to this Sources Sought Announcement does not preclude participation in any future RFP if any is issued. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject.ADDITIONAL INFORMATION AND SUBMISSION DETAILS:If your organization has the potential capacity to perform these contract services, please provide the following information: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 scope? If so, provide details.3.) Can or has your company managed a team of subcontractors before? If so, provide details. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.4.) What specific technical skills does your company possess which demonstrate your capability to perform the tasks?5.) Provide tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.6.) What expertise does your company possess to ensure contract transition within thirty (30) days of award? Has your company conducted contract transitions within thirty (30) days of contract award to include no interruption of operations during the transition? If so, please provide Contract Number(s), Point of Contact(s) (POCs), e-mail address, phone number, and a brief description of your transition effort.7.) Describe your personnel policies and benefits in terms of how it has enabled you to recruit, hire and retain qualified personnel.8.) Does your company have a current approved DCAA accounting system necessary for performing cost type contracts? If not, describe how you will satisfy this requirement.9.) Does your company have a DCAA approved forward pricing rate agreement or approved provisional billing rates?10.) Please provide any additional comments you may have regarding this proposed acquisition. Respondent is encouraged to provide any commercial literature in support of their capabilities to execute this proposed program.RESPONSES:Interested parties are requested to submit their written responses to this Sources Sought Announcement to the point of contact below via email no later than 5:00 pm, Eastern Time, November 29, 2018.Response Format: If desired, responses may address the question number and letter so as not to repeat the question in each response. It is requested that written, electronic responses be provided in the following format: Microsoft Word or Portable Document Format (PDF), ten pages or less, Times New Roman font of not less than 10 point size. Zip files are not acceptable. E-mails are limited to 10Mb in size. The e-mail subject line must read "(Company Name) response to PAIO SSA."1. Administrative Information:a. Company nameb. Mailing address and websitec. CAGE Coded. North America Industry Classification System (NAICS) codee. Business size and eligibility under US Government socio-economic programs and preferences2. Information pertaining to the questionnaire respondent:a. Nameb. Titlec. Company responsibility/positiond. Telephone Number/Fax Numbere. E-mail addressQUESTIONS:Any questions for clarification may be emailed to kimberly.b.pumyea.civ@mail.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. An unattributed list of questions and answers will be published at the same web location of this Sources Sought Announcement.POINT OF CONTACT:Kim PumyeaContract Specialistkimberly.b.pumyea.civ@mail.milPhone: 508-233-6157Contracting Office Address:BLDG 11 General Green Ave.Natick, Massachusetts 01760-5011United States

10 General Green Avenue Building 1 Natick, Massachusetts 01760-5011 United StatesLocation

Place Of Performance : 10 General Green Avenue Building 1 Natick, Massachusetts 01760-5011 United States

Country : United StatesState : Massachusetts

Classification

541 -- Professional, Scientific, and Technical Services/541611 -- Administrative Management and General Management Consulting Services
naicsCode 541611Administrative Management and General Management Consulting Services
pscCode RElectronic Records Management Services