Geographic Information System (GIS) support services, requiring development, deployment, compliance management, sustainment, training and operational support for the Treaty Information Management System (TIMS)..

Agency:
State: District of Columbia
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159595011634994
Posted Date: Jan 8, 2024
Due Date: Jan 31, 2024
Source: Members Only
Follow
Geographic Information System (GIS) support services, requiring development, deployment, compliance management, sustainment, training and operational support for the Treaty Information Management System (TIMS)..
Active
Contract Opportunity
Notice ID
N0003025R6022
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
SSP
Office
STRATEGIC SYSTEMS PROGRAMS
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 08, 2024 05:59 pm EST
  • Original Response Date: Jan 31, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 15, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
  • NAICS Code:
    • 541511 - Custom Computer Programming Services
  • Place of Performance:
    Washington Navy Yard , DC 20374
    USA
Description

N00030-25-R-6022



DISCLAIMER:



THIS SOURCES SOUGHT NOTICE (SSN) IS FOR INFORMATIONAL PURPOSES ONLY. THIS SSN IS BEING ISSUED AS A MARKET RESEARCH TOOL TO IDENTIFY POTENTIAL SOURCES CAPABLE OF FULFILLING THE REQUIREMENT DESCRIBED HEREIN. THIS SSN IS NOT A REQUEST FOR PROPOSAL NOR INVITATION FOR BID. THIS SSN DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THE INFORMATION PROVIDED IN THIS SSN IS SUBJECT TO CHANGE AND IS NOT BINDING ON 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 SSN IS STRICTLY VOLUNTARY.



The Government reserves the right to consider a set-aside for small businesses or one of the small business preference groups. (e.g., small business, service-disabled veteran-owned small business, 8(a), HUBZone small business, and women-owned small business programs).





PURPOSE/REQUIREMENT:



In accordance with (IAW) Federal Acquisition Regulation (FAR) Part 10, Strategic Systems Programs (SSP) is conducting market research to identify small businesses capable of successfully performing Geographic Information System (GIS) support services, requiring development, deployment, compliance management, sustainment, training and operational support for the Treaty Information Management System (TIMS). In addition, contractor will be required to provide Microsoft SharePoint support services for the sustainment of the Command, Control, Communications, Computers, and Intelligence (C4I) Chemical Weapons Convention (CWC) Task Management System. Please refer to the attached draft Statement of Work (SOW) (Attachment 1 – Draft SOW Requirements) for a complete and detailed description of this effort.





MINIMUM QUALIFICATIONS/EXPERIENCE REQUIREMENTS:



The interested firm possesses recent and relevant experience, as the Prime contractor, performing the same/similar efforts of the same/similar scope, size, and complexity to the requirements identified in Attachment (1) SOW Requirements and below:




  1. Qualified personnel with relevant credentials IAW DoDD 8140.01 and supporting issuances or the ability to obtain them;

  2. Demonstrated experience delivering custom applications using GIS software platforms.



The interested firm shall be able to provide two Contractor’ personnel supporting as TIMS operators shall have the ability to obtain and maintain a SECRET security clearance.





RELEVANT & RECENT EXPERIENCE/ SUPPORTING NARRATIVES:



In addition to demonstrating possession of the Minimum Qualifications/Experience Requirements identified in paragraph 3 above (or have capability of obtaining such by contract award date), interested firms shall demonstrate relevant and recent experience performing the same or similar efforts and or completion tasks (as applicable) to the Attachment (1) SOW Requirements.



Relevant experience is defined as performing efforts/tasks similar in scope, size, and complexity as Attachment (1) SOW Requirements with an annual incurred cost/expense of at least $200K.



Recent experience is defined as work performed within 5 years of the SSN posting date. Interested firm shall substantiate their performance of relevant and recent efforts/tasks in accordance with Attachment (1) SSN SOW requirements. White Paper Capability statements shall provide a list of current or previous contract references (including point of contact information, email/phone number and the efforts/tasks performed thereunder detailing and evidencing a direct correlation of the contract reference efforts/tasks to the enclosure (1) SSN SOW and shall include the following information per individual contract reference:




  1. Summary of relevant/similar work performed and how that specific work demonstrates capability to perform the specific requirements identified in the enclosure (1) SSN SOW requirements;

  2. Current / Prior Contract Number(s), and Customer/Agency Supported;

  3. Identification of your role as the Prime or Subcontractor;

  4. Contract Type;

  5. Period of performance of the specific contract reference effort performed;

  6. Quantity of FTE personnel utilized on the specific contract reference effort, per annum, with distinction and FTE quantities identified between the respondents FTE employees and any subcontractor FTE employees;

  7. Net Dollar value (base and options) for each contract reference and the Annual Incurred costs for each contract reference provided. NOTE: solely citing an IDIQ ceiling amount or base and all options aggregate value without the annual incurred costs for the submitted contract reference(s) is NOT acceptable – amounts must be specific to the actual incurred costs for a Contract CLIN(s) or Individual Task Order(s), for the contract reference(s) cited in the attached SOW; and

  8. Customer point of contact with valid phone number and email.



NOTE: Work considered as not relevant or recent to the enclosure (1) SSN Draft SOW





PERIOD OF PERFORMANCE:



The period of performance (PoP) for this requirement intended to begin in the First Quarter of FY2025 and consist of one 12-month base year plus four (4) 12-month option years.





WHITE PAPER CAPABILITY STATEMENT:



Interested firms shall submit a brief White Paper Capability Statement. The White Paper Capability Statement shall contain and demonstrate the following:




  1. Interested firm possesses the minimum qualifications and experience, which are critical to the successful execution of the requirements, and

  2. Interested firm must possess the requisite minimum qualifications and experience and must demonstrate their existing capability, or potential to acquire the capability, to meet the enclosure (1) SSN SOW requirements by the time of contract award, which estimated to be 1 October 2024.





RESPONSE DEADLINE INSTRUCTIONS:



Interested sources shall submit a White Paper Capability Statement in Microsoft Word for Office 2016 compatible format or PDF format, no later than 31 January 2024, 5:00pm EST. The White Papers shall not exceed five (5) pages in total, using 12-point Times New Roman and 1” margin and shall be submitted via e-mail to Anzhelika Grabovetskaya anzhelika.grabovetskaya@ssp.navy.mil.



ALL White Paper Capability submittals shall include the following information “not” included in the aforementioned maximum 5-page limit:




  1. Company Administrative Information

    • Company Name:

    • Company Point of Contact (email and phone) and Title:

    • Company Address:

    • Unique Entity Identifier (UEI) No:

    • Cage Code:



  2. Size of business, including; total annual revenue, by year, for the past five years and number of employees;

  3. Ownership, including whether: small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns;

  4. Number of years in business;

  5. Identification of the current security clearance held at your facility that will provide support to the Attachment (1) Draft SOW Requirements.



Respondents to this SSN shall indicate which portions of their response are proprietary and should mark them accordingly. It is the responsibility of the SSN respondent to monitor the sam.gov website for additional information pertaining to any potential acquisition.



Contracting Office Address: Strategic Systems Programs 1250 10th Street, SE, Suite 3600



Washington, DC, District of Columbia 20374-5127 United States





Place of Performance:



SSP Headquarters Building 200 Suite 3900, Washington Navy Yard, DC United States



Primary Point of Contact:



Contract Officer



Anzhelika Grabovetskaya



anzhelika.grabovetskaya@ssp.navy.mil








Attachments/Links
Contact Information
Contracting Office Address
  • 1250 10TH STREET SE SUITE 3600
  • WASHINGTON NAVY YARD , DC 20374-5127
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jan 08, 2024 05:59 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >