News

RтАУProfessional Services performance-based Indefinite Delivery Indefinite Quantity type, contract to support the Navys Public Works Business Line,(Navy/USMC) Mission Assurance program.

Type of document: Contract Notice
Country: United States

RтАУProfessional Services performance-based Indefinite Delivery Indefinite Quantity type, contract to support the Navys Public Works Business Line,(Navy/USMC) Mission Assurance program.

Agency:
Department of the Navy

Official Address:
N62470 NAVFAC Atlantic Code AQ 6506 Hampton Blvd, Building A Norfolk, VA

Zip Code:
23508

Contact:
Jennifer Jordan either by e-mail Jennifer.s.jordan@navy.mil telephone (757) 322-4649
subject line of your response: N62470-17-R-4014: Mission Assurance Assessments
Dawn R. Cail by e-mail dawn.cail@navy.mil

Link:

Date Posted:
25/06/2017

Classification:
R

Contract Description:
SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR
PROPOSALS (RFP). THERE WILL NOT BE A SOLICITATION OR SPECIFICATIONS AVAILABLE AT THIS TIME.
THIS IS NOT A REQUEST FOR PROPOSAL. NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT, AND NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS NOTICE. THIS NOTICE IS A MARKET RESEARCH TOOL USED TO OBTAIN INFORMATION ONLY AND TO IDENTIFY CONTRACTORS WHO POSSESS THE CAPABILITIES, EXPERIENCE, AND INTEREST TO PROVIDE SERVICES AS SPECIFIED BELOW. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE EVALUATION.
This market research tool is being issued for information and planning purposes only and is not to be construed as a commitment by the Naval Facilities Engineering Command (NAVFAC) Atlantic, implied or otherwise, to issue a solicitation or ultimately award a contract.
No contract will be awarded from this announcement, and no reimbursement will be made for any costs associated with providing information in response to this notice. This notice is a market research tool used to obtain information only, and to identify contractors who possess the capabilities to provide the services as specified below. NAVFAC Atlantic is performing this market research to aid in the development of its acquisition approach. Upon review of industry response to this Sources Sought Synopsis, the Government will determine whether a set-aside acquisition in lieu of full and open competition is in the Governments best interest. Respondents will not be notified of the results of the evaluation.

NAVFAC Atlantic is seeking to identify ALL companies with the capacity, experience and interest in competing for an Indefinite Delivery Indefinite Quantity type, performance-based contract to provide Professional Services to support the Navyя┐╜я┐╜я┐╜s Public Works Business Line, specifically to assist with the Department of the Navyя┐╜я┐╜я┐╜s (Navy/USMC) Mission Assurance program. The work is predominantly within the NAVFAC Atlantic and NAVFAC Pacific (CONUS and OCONUS, worldwide) Area of Responsibility (AOR).
The intended contract term will be for a base period with a potential of four (4), one-year option periods, which cumulatively will not exceed sixty (60) months. The anticipated aggregate total of work to be issued over the life of the contract via task order shall not exceed the estimated maximum amount of $95 million.
The anticipated NAICS code to be used for this project task order is/are 541690, Other Scientific and Technical Consulting Services with a size standard of $15M. Potential vendors believing that the products/services identified under a different NAICS code to meet or exceed the salient characteristics identified within this sources sought notice are encouraged to respond with the applicable NAICS code and provide justification/reasoning for selection of that code. The planned solicitation will utilize source selection procedures as outlined in FAR Part 15 that will include evaluation of both price and non-price factors.
The Department of the Navyя┐╜я┐╜я┐╜s (DoN) Mission Assurance Assessment (MAA) process was established in 2015 as a means to assess, identify, and mitigate risks to missions across the Service.
Mission Assurance (MA) DoD Directive 3020.40 was published November 29, 2016 establishing policy and assigning responsibilities to meet the goals of synchronizing aspects of DoD security, protection, and risk-management programs that directly relate to mission execution.
The process involves the collection and evaluation of data concerning the criticality of facilities, utilities, industrial control systems, and supporting infrastructure based on mission impacts, probable threats and hazards, and degrees of vulnerability to determine the overall risk posture of the asset. It is a systematic, repeatable, rational, and a defendable process for identifying, quantifying, and prioritizing risks.
While some risk will always be present, Risk Management seeks to achieve an acceptable level of risk in the execution of critical missions and functions.
NAVFAC Atlantic is searching the marketplace for companies that are capable of providing professional services which includes provision of all labor, management, supervision, tools, materials, and all equipment necessary to perform the services listed below.
The Contractor shall be able provide services in accordance with DoN assessment program guides and benchmarks to include:
я┐╜я┐╜я┐╜ Perform Mission Analysis. The mission analysis portion of the MAA is the foundational portion of the assessment that serves to develop a thorough understanding of the missions executed and/or supported by the installation and all associated host/tenant units, scope the critical infrastructure (building, utility system, and ICS assets) to be assessed, link those assets to critical stakeholder missions, and support the assessment preparation by reviewing various supporting documentation Operation Plans (OPLANS), Contingency Plans (CONPLANS), Critical Asset Identification Process (CAIP) results, etc.

я┐╜я┐╜я┐╜ Perform Mission Analysis Site Visit. The visit includes the initial preparations and research required before conducting the MAA. The Mission Analysis site visit includes: coordinating and finalizing assessment preparations with the Installation point of contact (POC); validating the assessment intent and scope; reviewing and analyzing local assessment reports from enterprise Mission Assurance Assessment Tool (eMAAT), conducting mission analysis, reviewing pertinent All Hazard Threat Assessments (AHTA) site/asset research and confirming all POCs necessary for the on-site portion of the assessment.
я┐╜я┐╜я┐╜ Perform Utility Security Assessments (USA). This assessment is a systematic evaluation of internal and external utilities, as defined by 10 USC 2688, to an installation and energy resources by subject matter experts/engineers in the following areas:
o Electrical Utilities, Mechanical Utilities, Civil Utilities (water and wastewater), Cybersecurity, Mission Analysis, Telecommunications both wired and wireless, Mission Criticality Index (MCI) database management and Program Support Analyst.

я┐╜я┐╜я┐╜ Perform Mission Assurance Assessments (MAA). The MAA is performed using service specific MA benchmarks and program guides in the following areas:
o DoD Communications, Energy Resilience, Antiterrorism, Risk Management, Physical Security, Law Enforcement and Supporting Infrastructure Program Support.
o Emergency Management/Continuity of Operations (COOP), Physical Security, and Supporting Infrastructure Program Support, Engineering, Cybersecurity, Mission Analysis, Airfield Operations, Port Operations.
я┐╜я┐╜я┐╜ Develop AHTA. The Contractor shall develop installation/facility focused AHTA specific to each installation/facility. The AHTA will follow the current AHTA Methodology. The AHTA shall focus on the threats and hazards unique to the installation and the region.
This information is specifically used to assess the risks to the utility systems, including energy supply sources, Industrial Control Systems, and Task Critical Assets (TCAs).
я┐╜я┐╜я┐╜ Perform Critical Infrastructure Protection (CIP). Provide technical, analytical and investigative work. Using the Critical Asset Identification Process (CAIP) process, investigate, analyze installation utility infrastructure and determine their relationship to TCAs for major operational commands; provide Mission Assurance (MA) analysis to the commands in support of the validation process that culminates in an approved list of TCAs for the organization; and conduct the risk assessment process to determine the risk and impact of the degradation or loss of the TCA and determine and recommend measures to remediate, reduce or provide commanders rationale for risk acceptance.

я┐╜я┐╜я┐╜ Conduct detailed analyses to identify TCAs and supporting infrastructure for assigned missions and ensure assets are properly entered and maintained in the data management system used to store critical asset data. Analyze and collate data collected in the Navy- Critical Asset Management System (NAV-CAMS) tool to identify trends that the installations face in critical asset protection. This will include the use of various classified and unclassified risk assessments and information repositories (Defense Readiness Reporting System (DRRS), Mission Assurance Assessment Standalone Tool (MAAST), MDI application, etc.).
я┐╜я┐╜я┐╜ Enter mission chains and Baseline Elements of Information (BEI) into NAV-CAMS.
Enter risk data into NAV-CAMS. Update all NAV-CAMS documentation and diagrams with modifications and additions annually, to include an inventory. Assist in MAAs, and Mission analysis/decomposition.
я┐╜я┐╜я┐╜ Assist in revising the MA Program Guide to include specific guidance for USN/USMC MA Officers.
я┐╜я┐╜я┐╜ Assist in developing MAA Benchmarks integrating Joint Staff benchmarks with USN/USMC Service policy into a single consolidated list.
The work to be performed under this potential contract will require the contractor possess or be able to immediately obtain a Top Secret Facility Clearance and DD254 and will also require selected contractor personnel to possess DoD Top Secret security clearances. This work will require access to classified material up to and including the TOP SECRET level.
All final Assessment reports will be compiled at a SECRET level.
Submittal Requirements: As permitted by FAR Part 10, it is requested that interested parties submit a brief capabilities statement package demonstrating the ability to perform the services listed above. The capability package must be complete and sufficiently detailed to allow the Government to determine the firmя┐╜я┐╜я┐╜s qualifications to perform the defined work. Please note that your submittal shall not exceed fifteen (15) single-sided pages. PAGES IN EXCESS OF THE FIFTEEN (15) PAGE LIMIT WILL NOT BE CONSIDERED. Submit your completed responses no later than 15:00 P.M. local Norfolk, Virginia time on 21 July 2017 to the Contract Specialist, Ms.
Jennifer Jordan via email at jennifer.s.jordan@navy.mil. Identify in the subject line of your response: N62470-17-R-4014: Mission Assurance Assessmentsя┐╜я┐╜я┐╜. The Government is not obligated to and will not pay for any information received from the potential sources as a result of this synopsis. Information received as a result of this sources sought will become part of our market research to determine interest and capability of potential sources. The documentation shall address, at a minimum, the following:
A. COMPANY PROFILE to include: (1) full name and address of the firm; (2) year firm was established; (3) name of two principals (including titles, telephone and email addresses); (4) copy of any certifications (if 8(a) or HUBZone certified, provide the SBA Business Opportunity Specialist name and phone number assigned); identify the size status of your firm (small or other than small) and if small, identify any sub-categories of small business for which you qualify (i.e., WOSB, EDWOSB, SDB, VOSB, SDVOSB); and (5) indicate if the firm is registered in the System for Award Management (SAM) database, include DUNS Number and CAGE Code; and, if a small business, provide a narrative of how your firm will comply with the limitations on subcontracting clause (FAR 52.219-14) required to be included in any small business program set-aside.
B. RELEVANT EXPERIENCE.
Include information on recent past projects that best illustrate your qualifications to perform the various services listed above. List up to three projects performed within the last five years that best illustrate your qualifications to perform the various services listed above. Provide the following information for each project listed: a. Contract number and project title; b. Name of contracting activity; c. Administrative Contracting Officerя┐╜я┐╜я┐╜s name, current telephone number; d. Contracting Officerя┐╜я┐╜я┐╜s Technical Representative or primary point of contact name and current telephone number; e. Contract type (e.g., cost plus, requirements, firm fixed-price, indefinite delivery/indefinite quantity, or combination); f.
Period of performance (start and completion date); g. Basic contract award amount and final contract value; h. Summary of contract work; (1) Provide information and experience of key personnel demonstrating the ability to provide the types services listed in the primary tasks above; (2) Provide a brief written statement as to your ability to perform and manage a minimum of 5 large defined task orders simultaneously at various locations, both CONUS and OCONUS such as would be required in an IDIQ type contract. (3) Subcontract management: provide information on any proposed joint ventures or teaming arrangements (i.e. team members, previous working relationships with proposed team members and percent of work anticipated to be subcontracted (note: any joint ventures with 8(a) members must comply with Code of Federal Regulations (CFR) Title 13, Section 124.513); and, (4) Explain what procedures you would employ to ensure you provide personnel with active TS/SCI clearances for full performance of services at contract start at multiple geographical locations.

The Relevant Experience must be complete and sufficiently detailed to allow for a determination of the firms qualifications to perform the defined work. The Relevant Experience must be on 8 by 11-inch standard paper, single spaced, 12 point font minimum and limited to 15 single sided pages. The Government reserves the right to request additional information as needed, from any and all respondents
Note: if using corporate experience of teaming partners or affiliates/subsidiaries/parent/LLC/LTD member companies (name is not exactly as stated on the response to sources sought) to demonstrate corporate experience, clearly explain how the teaming partner or the affiliates/ subsidiaries / parent/LLC/LTD member companies will have meaningful involvement in the performance of this contract.
C.
Information on whether or not your firm has previously obtained a Facility Clearance (DD254) and if you currently have the employees on staff with the requisite clearances to perform the work described herein.
D. Potential contractors believing that services identified under a different NAICS code can be provided that will meet or exceed the requirements identified within this sources sought notice are encouraged to respond. Please provide the applicable NAICS code and provide justification/reasoning for selection of that code.
E. Additional Information. If any, that the responders believe is relevant.
Answers to questions received about this sources sought announcement will be made available to all responders.
Questions or comments regarding this notice may be addressed in writing to Ms.
Jennifer Jordan either by e-mail Jennifer.s.jordan@navy.mil or by telephone (757) 322-4649.
SUBMISSIONS ELECTRONIC OR MAIL MUST BE RECEIVED AT THE OFFICE CITED NO LATER THAN 15:00 P.M. LOCAL NORFOLK, VIRGINIA TIME ON 21 JULY 2017. LATE RESPONSES WILL NOT BE ACCEPTED.
NOTE: THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS ACQUISITION AT ANY TIME. THE GOVERNMENT IS NOT RESPONSIBLE FOR ANY COSTS INCURRED IN ORDER TO PARTICIPATE IN THIS PROCESS. ALL INFORMATION SUBMITTED IS AT THE OFFERORя┐╜я┐╜я┐╜S OWN EXPENSE. ANY RECOMMENDATIONS OR SUGGESTIONS PROVIDED IN RESPONSE TO THIS NOTICE MAY BE UTILIZED WITHOUT ANY RESTRICTIONS WHATSOEVER OR COST TO THE GOVERNMENT AND MAY BE INCLUDED IN ANY RESULTANT SOLICITATION.
We appreciate your interest and thank you in advance for responding to this notice.

Response Date:
072117

Sol Number:
N6247017R4014

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy