Washington, DC Bids > Bid Detail

Counter-Improvised Explosive Device Technical Assistance & Services

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • U - Education and Training Services
Opps ID: NBD00159514876163667
Posted Date: Feb 22, 2023
Due Date: Mar 6, 2023
Solicitation No: 70RCSJ23RFI000001
Source: https://sam.gov/opp/e209204a75...
Follow
Counter-Improvised Explosive Device Technical Assistance & Services
Active
Contract Opportunity
Notice ID
70RCSJ23RFI000001
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
OFFICE OF PROCUREMENT OPERATIONS
Office
CISA CONTRACTING ACTIVITY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 22, 2023 01:56 pm EST
  • Original Response Date: Mar 06, 2023 04:30 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: U009 - EDUCATION/TRAINING- GENERAL
  • NAICS Code:
    • 611430 - Professional and Management Development Training
  • Place of Performance:
    Washington , DC 20032
    USA
Description

SOURCES SOUGHT NOTICE



FOR



DEPARTMENT OF HOMELAND SECURITY (DHS)



CYBERSECURITY & INFRASTRUCTURE SECURITY AGENCY (CISA)





Counter - Improvised Explosive Device Technical Assistance & Services (CTA)





INTRODUCTION





CISA is issuing a Sources Sought Notice (SSN) as a means of conducting market research to identify potential qualified firms having an interest in, and the resources to support, the requirement for C-IED Technical Assistance & Services.





This SSN is for planning purposes only and shall not be construed as an obligation on the part of the Government. This is NOT a Request for Quotations or Proposals. No solicitation document exists, and the Government may or may not issue a formal solicitation resulting from the responses received to this SSN.





The Government will not pay for any response expenses. All costs incurred responding to this SSN will be solely at the interested party's expense. Failure to respond to this SSN will not preclude participation in any future solicitation. Any information received will become the property of the Government and will not be returned to the submitter. Interested parties are responsible for adequately marking proprietary or sensitive information.





Government technical experts drawn from staff within CISA, and other federal agencies may review responses. The Government may use selected support contractor personnel to assist in the review of the SSN responses. These support contractors will be bound by appropriate non-disclosure agreements to protect proprietary information.







PROGRAM BACKGROUND





CISA’s mission is to lead the national effort to protect and enhance the resilience of the nation’s physical and cyber infrastructure. CISA includes the CISA Mission Enabling Offices (MEOs) and six Divisions: The Cybersecurity Division (CSD), the Emergency Communications Division (ECD), the Integrated Operations Division (IOD), Infrastructure Security Division (ISD), the Stakeholder Engagement Division (SED), and the National Risk Management Center (NRMC), which are headquartered with the National Capital Region (NCR).





Improvised Explosive Devices (IEDs) are a continued persistent threat to the Homeland. The primary terror threat is now lone criminal offenders and small cells, including foreign terrorists inspired homegrown domestic violent extremists (DVE). The prolific use of IEDs and the difficulties associated with detecting and defeating them continues to bring attention to the question of whether our Nation’s law enforcement, emergency responders, the private sector and communities have sufficient technical expertise, threat information, training and awareness needed to counter potential IED attacks in the United States. Engagement must occur nationally and globally to build capacity throughout the world to reduce the threat of IED attacks.





The Office for Bombing Prevention (OBP) leads the DHS’s efforts to implement the National Policy for Countering IEDs and enhance the nation’s ability to prevent, protect against, respond to, and mitigate the use of explosives against critical infrastructure; the private sector; and federal, state, local, tribal, and territorial entities.





OBP’s mission is to protect life and critical infrastructure by building capabilities within the general public and across the public and private sectors to prevent, protect against, respond to, and mitigate bombing incidents.





REQUIRED CAPABILITIES





The Contractor shall provide services in support of the areas specified in the Program Background as noted above and as provided in the DRAFT (SOW) attached to this announcement.





It is imperative that businesses responding to this SSN articulate their capabilities clearly and adequately regarding each task area listed.





Industry input is also requested on the draft attached SOW. Questions and/or feedback related to the draft SOW must be submitted as a separate document.





ELIGIBILITY





The applicable NAICS code for this requirement is 611430, Professional and Management Development Training, with a Small Business Size Standard of $15 Million. The Product Service Code is U009 Education/Training - General.





Note: In accordance with DHS Directive 060-01, Development and Use of Strategic Sourcing Contract Vehicles, dated 24 August 2012, strategic sourcing vehicles are mandatory for use, with limited exceptions. Therefore, a strategically sourced contract vehicle will take priority over awarding a standalone CISA contract.







SUBMISSION DETAILS





Interested businesses should submit a brief capabilities statement package (up to seven (10) 8.5 x 11-inch pages, font no smaller than 10 point) demonstrating ability to provide the services listed in this announcement.





Responses to this SSN, including any capabilities statement, shall be electronically submitted in either Microsoft Word or Portable Document Format (PDF), via email no later than March 6, 2023. Note: The Government reserves the right to hold one-on-one meetings resulting from SSN responses received as part of its market research. Meetings may be held with companies who provide comprehensive and relevant responses to the topic and questions in this notice.





All responses under this SSN must be emailed to:






  • Daniel Otis, Contract Specialist, daniel.otis@cisa.dhs.gov

  • Eva Shaw-Taylor, Contracting Officer, eva.shaw-taylor@cisa.dhs.gov





If your organization has the potential capacity to provide the required services, provide the following information:





1) Organization name, UEI, CAGE code, Business size (large or small) and socio-economic status (i.e. 8(a), Small Disadvantaged, HUBZone, Service-Disabled Veteran-Owned, Women-Owned Small Business, etc.), address, primary points of contact (POCs) and their email address, web site address, telephone number; and





2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff ability.





3) In addition to the above information provided, any input and or questions resulting from the Statement of Work must be submitted in writing separate from the capability statement document.





Furthermore, CISA desires to procure services on a small business set-aside basis, to the extent possible based on market research results.





We encourage all small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), to identify their capabilities in meeting the requirement at a fair market price.





All data received in response to this SSN that is marked or designated as corporate of proprietary will be fully protected from any release outside the Government.





This documentation must address at a minimum the following items:






  1. What type of work has your company performed within the last three years in support of the same or similar requirements (similar in size, scope, and complexity)? Provide examples that reflect your company's capabilities in the task areas outlined in the draft statement of work (SOW) and specify whether support has been provided as a prime contractor or subcontractor. If significant subcontracting or teaming is anticipated, identify potential team members (if known) and describe such arrangements' administrative and management structure.


Attachments/Links
Contact Information
Contracting Office Address
  • 245 Murray Lane, SW
  • Washington , DC 20528
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 22, 2023 01:56 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 >