Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2005 FBO #1244
SOLICITATION NOTICE

A -- Report and deliver Assessment of Current and Future Security Requirements on the United Nations-Administered Province of Kosovo focusing on the assessment and recommendations for a future security structure.

Notice Date
4/21/2005
 
Notice Type
Solicitation Notice
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W74V8H-05-T-0176
 
Response Due
5/9/2005
 
Archive Date
7/8/2005
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. The purchase request number is HQ000351010003000. Solicitation documents and incorporated provisions are those in effect through Federal Acquisition Regulations. The NAICS code 541720, the size standard is $6,000,000.00. This solicitation is 100% s et a side for small business concern. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. It is the intent of this solicit ation to result in a Firm Fixed Price Contract. The contract will be awarded on the basis of best value to the government. The following criteria will be used, in descending order of relavance. Price will be a factor but not the determining factor. a. Factor 1  Understanding the Requirement: This factor involves the evaluation of the contractors basic understanding of the requirement. The offeror will be evaluated on how they envision providing the services required . b. Factor 1  Key personnel: This factor involves evaluation of the personnel team the offer proposes for this effort. Each offeror will submit r?sum?s of all personnel for this effort that reflect the experience and qualifications consistent with their proposed role in the offerors proposal. c. Factor 3  Past Performance: This factor involves the evaluation of the past performance for services similar in scope and nature to this contracting effort. d. Factor 4  Price. Each proposal will be rated based on evaluation of each factor using the following Adjectival Rating and Standards Scale: OUTSTANDING  Very comprehensive, in-depth, clear response. Proposal consistently meets this standard with no omissions. Consistently high quality performance can be expected. EXCELLENT  Extensive, detailed response to all requirements similar to outstanding in quality, but with minor areas of unevenness or spottiness. High quality performance is likely but not assured due to minor omissions or areas where less than excellent performance might be expected. GOOD - No deficiencies in the response. Better than acceptable performance can be expected, but in some significant areas, there is an unevenness or spottiness that might impact performance. FAIR  The response generally meets requirements but there is not expectation of better than acceptable performance. Deficiencies are confined to areas with minor impact on performance and can be corrected during negotiation without major revisions to the proposal. POOR  The response fails to meet one or more requirements. Deficiencies exist in significant areas but can be corrected during negotiations without major revisions to the proposal or serious deficiencies exist in areas with minor impact. UNACCEPTABLE  Serious deficiencies exist in significant areas. The proposal cannot be expected to meet the stated requirements without major revisions. The proposal only indicates a willingness to perform in accordance with the requirements document wit hout specifying how or demonstrating the capability to do so. Only vague indications of the required capability are present. The Defense Contracting Command-Washington (DCC-W) on behalf of the Office of the Assistance Secretary of Defense (OSD) for International Policy (ISP) is issuing this announcement. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and Defense Federal Acquisition Regulation Supplement (DFARS) 252.212-70 Offeror Representation and Certifications-Commercial Items shall be provided by the offeror. In order to compete for this con tract, interested parties must complete Offeror Representations And Certifications-Commercial Items (JAN 2005) per FAR subpart 52.212-3 via the Business Partner Network (BPN) web site at http://orca.bpn.gov. To be eligible for award, all offerors must b e registered in the Central Contractor Registry (CCR). Information on the CCR may be obtained at http://www.ccr.gov. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solic itation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provision 52.212-1, Instructions to Offerors--Commercial; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26 , Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-37, Employment Reports on Special Disabled Vetera ns, Veterans of the Vietnam Era, and Other Eligible Veterans); clause 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; and provision 52.212-2 Evaluation-Commercial Items, the following factor shall be used to evaluate offers : technically acceptable lowest priced offer. FAR 52.219-6, Notice of Total Small Business Set Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21 Prohibition of segregated facilities; FAR 52.233-3 Protest After Award; The following DFARs clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program); and 252.211-7003 Item Ident ification and Valuation. For the exact text and wording of clauses and provisions please see http://farsite.hill.af.mil. This acquisition is for The Ongoing and Future Security Rquirements Assessment will assist the OSD in guiding relations with the Nor th Atlantic Treaty Alliance (NATO) led Kosovo Force (KFOR) , the United Nations Mission in Kosovo (UNMIK), and yet-to-be-determined Kosovo security structure for the next several years. OBJECTIVES: The objectives of the Kosovo Security Requirements Assessment will be to: " Assess both potential external and internal threats to Kosovos sovereignty, territorial integrity, and stability. This assessment should include the internal threats of economic stagnation, ethnic dissent, the lack of a sound legal and judicial system, organized crime, and corruption. Some of the external threats to be assessed are also organized crime, the impact of ethnic armed insurgent groups operating nearby, regional economic and environmental problems, and any potential military threat; " Determine what current capabilities Kosovo has or is developing; and what NATO-PfP military requirements Kosovo might be able to fulfill sometime in the future; " Factor into analysis capabilities and likely requirements of other elements of Kosovos security and emergency response architecture such as the UNMIK police service, the Kosovo Police Service, and Kosovo Protection Corps. " Develop a time-phased, resource constrained plan to guide and facilitate the development of the necessary security structure to maintain Kosovos sovereignty, territorial integrity, and stability, to guard its own borders, to control its airspace, and to work with its neighbors to combat international terrorism; " Recommend what security structures Kosovo needs to develop to safeguard its stability and territorial integrity. SCOPE The Contractor will report and deliver an Assessment of Current and Future Security Requirements of the UN-Administered Province of Kosovo focusing on the assessment and recommendations for a future security structure. The project team is expected to conduct a detailed analysis of the overall ongoing and future security requirements of the UN-Administered Province of Kosovo. The team will produce a detailed province report containing the results. Recommendations will b e validated with KFOR and provincial authorities as well as with OSD, the Joint Staff, EUCOM, and the country team. MILESTONES AND PERIOD OF PERFORMANCE The contractor will provide a monthly progress, status and management report that shall include a brief summary of all tasks accomplished, work planned for the next month, problems encountered, number of hours worked, and a final report briefing. The stud y duration is anticipated to be six months from the date of the award. A time line of significant milestones follows (Approximate Dates): " Within two weeks of the start of work: Contractor completes review of existing assessments of Kosovos security requirements and assessments of potential threats to Kosovos territorial integrity, sovereignty, and stability. " Within three weeks of the start of work: Contractor will outline requirements for information from EUCOM and KFOR. " Within five weeks of start of work: The contractor completes draft of assessment phase report and provides it to OSD two weeks prior to the in-province meetings. " Within seven weeks of start of work: The project team travels to Kosovo with an OSD and EUCOM team to conduct review and edit phases of the report. Absolute discretion is required for this travel as the final status of Kosovo has not yet been determined . " Within two months of start of work: The contractor completes draft of recommendations phase of report and provides to OSD two weeks prior to in-province meetings. " Within three months of start of work: The contractor will travel to Kosovo with the OSD/EUCOM team to the review and edit meeting with KFOR and Kosovar officials. The contractor will complete revisions to recommendations phase of the report. Again, abs olute discretion is required for this travel as the final status of Kosovo has not yet been determined. " Within four months of contract award: The contractor will complete the final report and deliver it to OSD. DELIVERABLES The contractor will provide to OSD and EUCOM a monthly progress, status, and management report to include work completed, underway, and planned for the upcoming month as well as problems encountered, number of hours worked, and final report briefing. The contractor will deliver three hard copies, unbound, and one disk copy of the draft report on the assessment findings. This draft will be approximately 25 pages in length and will be submitted two weeks prior to the in-country review and edit meeting w ith KFOR and Kosovar leaders for translation purposes. Additionally, the contractor will deliver corresponding briefing slides one week prior to departure for the in-country review meeting. The contractor will deliver three hard copies, unbound, and one disk copy of the draft report on the recommendations. This draft will be approximately 25 pages in length and will be submitted two weeks prior to the in-country review and edit meeting with KFOR and Kosovar leaders for translation purposes. Additionally, the contractor will deliver corresponding briefing slides one week prior to departure for the in-country review meeting. The contractor will deliver no later than one month after confirmation of the recommendation phase of the defense assessment 20 hard bound copies and one disk copy of the final report. The final report will be approximately 50 pages in length to include a n executive summary, the threats assessment, and recommendations (including what security structures Kosovo needs to maintain its sovereignty, territorial integrity, and internal stability, and what NAT O security requirements a potential Kosovo security structure may be able to fulfill). CLASSIFICATION The study will be For Official Use Only. RESPONSE DATE AND CONTACT INFORMATION OFFERS DUE: 09 May 2005, 1600 Eastern Standard Time. This office encourages electronic submittal via e-mail or fax. OFFERS MAY BE FAXED TO Marilyn Shortle at (703) 695-9746. or E-MAILED to marilyn.shortle@hqda.army.mil Contact Info: For further information regarding this solicitation, contact Mrs. Marilyn Shortle, Contract Specialist DCC-W/CACI, (703) 695-2563 Collect calls will not be accepted. marilyn.shortl@hqda.army.mil
 
Place of Performance
Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN00793533-W 20050423/050421212021 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.