Funding-Systems
Engineering, Technical Assistance, and Program Management Support Services; October 14, 2009
Agency
Department
of Homeland Security
Description
SOURCES
SOUGHT SYNOPSIS
Department of Homeland Security (DHS) Office of Health Affairs (OHA)
Systems Engineering, Technical Assistance, and Program Management Support
Services
This is a Sources Sought Notice to conduct market research for interested
parties capable of providing a variety of Systems Engineering and Technical
Assistance (SETA) support services to the Department of Homeland Security (DHS)
Office of Health Affairs (OHA). The services include Policy, Strategic Analysis
and Planning; Program and Project Management; Meeting Facilitation Support;
Communications Support; Configuration and Change Management Support; and
Systems Engineering Support with an emphasis on the detection, response, and
recovery dealing with medical and public health emergency/non-emergency
all-hazards events. Services will be provided at various Washington, DC locations
and other DHS locations as directed.
The
North American Industry Classification Systems (NAICS) Code proposed for the
requirement is 541611, Administrative Management and General Management
Consulting Services. The size standard for NAICS 541611 is $7.0M. The secondary
NAICS Code proposed for this requirement is 541690, Other Scientific &
Technical Consulting Services. The size standard for NAICS 541690 is $7.0M. The
third NAICS Code proposed for this requirement is 541620, Environmental Consulting
Services. The size standard for NAICS 541620 is $7.0M. Comments on these NAICS
Codes and suggestions for alternatives must include supporting rationale.
Responses
to this Notice will be used to determine whether the acquisition strategy
should be set-aside for small business or a full and open competition. Your
response should identify your business size (large or small) in relation to the
above NAICS code.
Description
of Services:
The
capability of the OHA to carry out its mission depends on mature systems
engineering, technical assistance, and program management services in each of
the OHA functional programs. The OHA requires systems engineering, technical
assistance, and program management services to define and strengthen the
nation's biodefense architecture; deploy advanced
equipment to monitor and detect an intentional release of a chemical or
biological hazard/substance; enhance the nation's food, agriculture and
veterinary defenses; initiate activities and models to increase coordination of
medical readiness of our nation's first-responders; and initiate programs to
protect the health and safety of the DHS workforce.
Top
Secret personnel clearances, some with Sensitive Compartmented Information
(SCI) access, are mandatory, and Top Secret facility clearance is mandatory.
Interested
parties are requested to submit a statement of capability outlining current or
previous work that is related to this requirement as stated above. The
statement of capability shall include:
1.
Company name, mailing address, e-mail address, telephone and FAX numbers,
website address (if available), and the name, title, telephone number, and
e-mail address of a point of contact having the authority and knowledge to
clarify responses with Government representatives.
2.
Name, title, telephone number, and e-mail addresses of individuals who can
verify the demonstrated capabilities identified in the response.
3.
Company's current facility clearance and date of expiration. Include the
approximate number of current employees with an in-scope Top Secret or TS/SCI
clearance.
4.
Business size for NAICS Codes 541611, 541690, and 541620 (size standard $7.0 M
or number of employees) and status, if qualified as an 8 (a) firm (must be
certified by SBA), Small Disadvantaged Business (must be certified by SBA),
Woman-Owned Small Business, HUBZone firm (must be
certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must
be listed in the VetBiz Vendor Information Pages).
5.
DUNS number, CAGE Code, Tax Identification Number, and company structure
(Corporation, LLC, partnership, joint venture, etc.).
The
company's standard format is acceptable; however, the limit for all responses
is not to exceed fifteen (15) single-sided, 8 ½ x 11-inch pages using 12-point
font size.
Contractors
capable of providing these services should submit a Statement of Capability (in
Microsoft Office Word 2003 or Adobe Acrobat format) containing the above
reference information via e-mail to Randall.Burleson@dhs.gov
and Christopher.Wallis@dhs.gov. The
Government points of contact for this synopsis are Mr. Randall C. Burleson,
CPCM, Contracting Officer, and Mr. Christopher Wallis, Contracting Officer.
Each submission should be virus-scanned prior to being sent. Electronic
submission is required. Responses are due no later than 1400hrs Eastern
Daylight Time (EDT) on 14 October 2009.
NOTE:
Submissions are subject to e-mail size and type restrictions (limited to less
than 2 megabytes in size and only non-executable attachments such as .doc or .pdf files) as well as other appropriate network security
measures. It is the respondent's responsibility to verify the e-mail was
received and can be viewed. All responses must address each of the above stated
requirements.
Announcement
Number: ROHA-09-00047
Closing
Date: Oct 14, 2009 2:00
pm Eastern
Link
to Full Announcement
Contact
Information
Randall
Burleson,
Contracting
Officer
Phone:
202-447-5014
Fax:
202-447-5749
Christopher
Wallis,
Contract
Officer
Phone:
202.447.5712