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

 

https://www.fbo.gov/index?s=opportunity&mode=form&id=46c41258c9fb4cd494e8163bbe6a5e0c&tab=core&_cview=0

 

Contact Information

 

Randall Burleson,

Contracting Officer

randall.burleson@dhs.gov

Phone: 202-447-5014

Fax: 202-447-5749

 

Christopher Wallis,

Contract Officer

christopher.wallis@dhs.gov

Phone: 202.447.5712