CONSOLIDATED SECURITY COOPERATION REQUIREMENTS
SOURCES SOUGHT TECHNICAL DESCRIPTION FOR Defense Exports and Cooperation (DASA DE&C) The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is issuing this sources sought synopsis on behalf ... SOURCES SOUGHT TECHNICAL DESCRIPTION FOR Defense Exports and Cooperation (DASA DE&C) The Army Contracting Command - Aberdeen Proving Ground (ACC-APG) is issuing this sources sought synopsis on behalf of the Deputy Assistant Secretary of the Army as a means of conducting market research to identify parties having an interest in and the resources to support the Office of the Deputy Assistant Secretary of the Army for Defense Exports and Cooperation's (DASA DE&C) security cooperation activities (assistance with respect to the review, analysis, and initiation of all policy matters to the support for foreign security partners' requests to acquire Army managed systems and technologies through the Foreign Military Sales (FMS) process). GENERAL INFORMATION Contract Number: W91CRB-15-C-0021 Company: General Dynamics Information Technology DISCLAIMER "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. RESPONSES 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." REQUIRED CAPABILITIES If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent, in scope and scale, with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. ELIGIBILITY The applicable NAICS code for this requirement is 541611 with a Small Business Size Standard of $ 14,000,000.00. The Product Service Code is R410. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) A draft Performance Work Statement (PWS) with Description is attached for review. 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. The deadline for response to this request is no later than 1100, 03 December 2018. All responses under this Sources Sought Notice must be e-mailed to Ashley.d.clark26.civ@mail.mil. This documentation must address capabilities statements and include the following information: Vendor's business name, point of contact, address, CAGE code and DUNS number. A statement or explanation of the company's background, technical expertise, experience, staffing, and other capabilities that demonstrate the company's ability to perform the required services identified in the PWS. 1. Can the Contractor define the purpose of the Foreign Military Sales (FMS) Program? 2. Is the Contractor able to explain how FMS requirements are defined, documented and delivered? 3. Can the Contractor outline and define the various types of training that can be provided under the FMS program? 4. Is the Contractor able to define the role of the State Department in the FMS Process? 5. Is the Contractor experienced in working with DoD Security Assistance agencies, including International Armaments Cooperation programs? In addition, the Contractor must have demonstrated experience in developing strategic planning documents as they pertain to U.S. Security Cooperation programs. 6. Can the Contractor provide services up to the classification level of TOP SECRET? The contractor must provide a Senior Program Manager who possesses a TOP SECRET clearance level, with all other Contractor employees performing work in support of the contract, shall as a minimum, possess a SECRET security level from the Defense Industrial Security Clearance Office. 7. Does the Contractor have the expertise to conduct program assessment and develop foreign military sales (FMS) Campaign Plans to ensure that Army-related systems, capabilities, and technologies are appropriately applied in support of U.S. foreign policy? 8. Does the Contractor possess expertise in researching global markets and providing analysis pertaining to FMS and Armaments Cooperation? 9. Is the Contractor knowledgeable and experienced in the execution of export control policies and the implementation of export licenses, in support of FMS/Direct Commercial Sales (DCS) activities? 10. Does the Contractor have experience in supporting DoD lead international cooperative research, development, and acquisition with members of NATO, Major Non NATO Allies, and friendly foreign nations. 11. Can the Contractor develop government-to-government armaments cooperation enabling agreements? 12. Is the contractor knowledgeable of monitoring and ensuring compliance with established policies, regulatory guidance, sanctions, waivers to sanctions and other legislation in the areas of Memoranda of Request (MOR), Letters of Request (LOR), Letters of Offer and Acceptance (LOA), the Security Assistance Management Manual (SAMM), Foreign Assistance Act (FAA), and the Arms Export Control Act (AECA)? 13. Does the contractor have experience reviewing Foreign Military Sales (FMS) and Direct Commercial Sales (DCS) export requests for Technology Security Foreign Disclosure (TSFD) and US Army export policy issues? 14. Can the contractor draft export license provisos appropriate to the sensitivity of the technology using Army and OSD policy guidance for USG review and signature. 15. From a personnel resource stance, does your company have sufficient human capital assets in the area of business process transformation to support a project of this size and scope? 16. Does your company have a current approved DCAA Cost and Accounting System? 17. Does your company believe a different NAICS code should be considered for this PWS? If so, please provide recommendations with supporting rationale. 18. Does your company have interest as a prime or subcontractor? 19. What contract type does your company believe would be the best fit for this requirement, based on the contents of the PWS? 20. Which elements or proportions of the PWS would your company subcontract rather than perform with your own resources? 21. Does this Performance Work Statement (PWS) provide sufficient information for you to submit a proposal? If not, what additional information is required? 22. Are there any ambiguities that require clarification? 23. Are the standards of performance clear? 24. Are there additional standards that should be incorporated? 25. Is the vendor aware of any General Services Administration (GSA) Schedules or Government-wide Acquisition Contracts (GWACs) that could satisfy this requirement? 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 Purchasing Agent, Ashley Clark, in either Microsoft Word or Portable Document Format (PDF), via email Ashley.d.clark26.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 purchasing agent 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »