Defense Language Readiness Information System
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)
- Original Published Date: Jun 29, 2022 03:24 pm EDT
- Original Response Date: Jul 15, 2022 12:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: DA01 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR)
- NAICS Code:
- 541511 - Custom Computer Programming Services
- Place of Performance: Alexandria , VA 22350USA
Description
NOTICE TYPE: Sources Sought
CENTER OFFICE: DEFENSE LANGUAGE AND NATIONAL SECURITY EDUCATION OFFICE (DLNSEO)
REQUIREMENT: Language Readiness Information (LRI) System
- The Defense Human Resources Activity is issuing this Sources Sought Notice as a means of conducting market research to identify parties having an interest in, and the resources for, providing services in accordance with the draft Performance Work Statement (PWS).
The Government requires contractor services for the continued maintenance, implementation of the Language Readiness Information (LRI) system to assist the Office of the Secretary of Defense (OSD), the Office of the Chairman of the Joint Chiefs of Staff and the Joint Staff, the Combatant Commands (CCMDs), the Military Departments, and Components to manage their language, regional expertise, and cultural (LREC) capabilities and requirements in support of Department of Defense (DoD) missions. This notice shall not be construed as a formal solicitation or an obligation on the part of the Government to acquire any products or services. In addition, it does not guarantee that a subsequent solicitation will be issued. Submission of any information in response to this Sources Sought notice is voluntary and will assist in selecting the appropriate solicitation type/method. Costs associated with any submission shall not be reimbursed by the Government. THE GOVERNMENT IS NOT SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS.
- The proposed NAICS for this effort is 541511, Custom Computer Programming Services (size standard $30 Million). Comments on this NAICS and suggestions for alternative codes must include supporting rationale.
- The Government is specifically performing Market Research to see if there are potential vendors who can provide the following:
The Contractor shall provide support to the implementation, operation, sustainment, and evolution of the LRI system in the Defense Readiness Reporting System (DRRS) Strategic. Provide technical lead and advisory support to the Defense Language and National Security Education Office for the ongoing institutionalization and integration of designated programs, processes, and data sources into LRI system.
SUBMISSION INFORMATION:
A. COVER SHEET - 1 page
1. Vendor name, address, website, SAM Unique Entity ID, and Commercial and Government Entity (CAGE) Code.
2. Point of contact to include e-mail address and telephone number.
3. Type of business, including socio-economic category (Large, Small, 8(a) Participant, Small Disadvantaged Business, HUBZone, Woman-Owned Small Business, Service-Disabled Veteran-Owned Small Business, or Non Profit)
4. If applicable, GSA contract number, schedule, or any other Agency Contract Vehicle available for use
B. CAPABILITIES STATEMENT & MARKET INFORMATION - no more than 10 pages
1. Please describe your organization's breadth of expertise/competency to respond to the draft PWS. Critical functions to be provided include:
- Subject Matter Expertise
- Data Governance, including acquisition, management, source to target mapping, and quality monitoring/benchmarking
- Dashboard/Analytical report creation and maintenance
- Software Development Lifecycle support, including product installation, network engineering, documentation, and training
2. Industry feedback is requested on the PWS for this requirement. Please list any challenges or
potential performance roadblocks related to fulfilling the PWS requirements and any
suggestions for improving the PWS language. Additionally, the Government seeks answers to
the following questions concerning this requirement.
- Question 1: Given the scope of the PWS, can your company perform this requirement as the Prime, a Subcontractor or a Joint Business Venture (Teaming Arrangement)?
- Question 2: What Section(s)/Percentage of the PWS can your company perform as the Prime, Subcontractor or a Teaming Arrangement?
- Question 3: Does your company anticipate any Subcontracting opportunities in the performance of this requirement?
- Question 4: What is the Size of your company (to include socio-economic status), given the designated NAICS 541511?
- Question 5: Can your company provide Secret cleared personnel on day 1 for support?
- Question 6: Does your company have a Facility Clearance? If yes, what level?
- Question 7: What types of data analytic/visualization tools does your company utilize? If so, are these tools proprietary or are the tools Commercial off the Shelf (COTS)? Please explain the capabilities of these tools and provide an example of how your company utilized them.
C. BACKGROUND/PAST EXPERIENCE:
Provide the following information on two (2) similar projects in an environment of similar scale completed within the last five (5) years for which the responder was a prime or Sub-Contractor.
1. The name and value of each project;
2. The name, address, telephone and email address for point of contact;
3. A description of each project, including challenges and successes; and
4. Your company's role and services provided for each project.
All interested and capable contractors are encouraged to respond. Respondents will not be notified of the results of the sources sought evaluation. The results of this sources sought notice will assist the Contracting Officer in determining whether an 8(a), Service-Disabled Veteran-Owned Small Businesses (SDVOSB), Certified HUBZone Small Business, Woman-Owned Small Businesses (WOSB), Small Business set-aside, or full and open competition is an acceptable strategy for this procurement. Responses to this synopsis may be used to aid in establishing realistic, achievable small business participation goals.
Interested contractors must be registered in the System for Award Management (SAM) in order to conduct business with the Government. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought; all costs associated with responding will be solely at the interested party’s expense. All information received in response to this submission that is clearly marked Proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made and submissions to this Sources Sought will not be returned.
The information provided in this Sources Sought is subject to change and is not binding on the Government.
RESPONSE DUE DATE:
The Government requests that all responses be returned by 12:00 PM ET on 15 July 2022. All responses shall be submitted electronically to the DHRA Enterprise Acquisition Division point of contacts: Contracting Officer – Nathan Shumway at james.n.shumway.civ@mail.mil and Contract Specialist – Mike Carnley at Charles.m.carnley.civ@mail.mil
Vendors may additionally contact DHRA’s Office of Small Business Programs: Ms. Tammy Proffitt, Tammy.j.proffitt2.civ@mail.mil, phone number: 571-372-2591.
Attachments/Links
Contact Information
Contracting Office Address
- HEADQUARTERS/RESOURCE MGT DIVISION 4800 MARK CENTER DR. STE 06J25-01
- ALEXANDRIA , VA 223504000
- USA
Primary Point of Contact
- Mike Carnley
- charles.m.carnley.civ@mail.mil
- Phone Number 703-508-7682
Secondary Point of Contact
- James Nathaniel Shumway
- james.n.shumway.civ@mail.mil
- Phone Number 571-372-1941
History
- Jul 30, 2022 11:55 pm EDTSources Sought (Original)