Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2006 FBO #1515
SOLICITATION NOTICE

R -- Professional services for Riverine Plans Officer (RPO) for U. S. Military Group (USMILGP) in Bogota Colombia

Notice Date
1/17/2006
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
ACA Southern Hemisphere Mission Support, 2450 Stanley Road Suite 320, Building 1000 2nd Floor, Fort Sam Houston, TX 78234-7517
 
ZIP Code
78234-7517
 
Solicitation Number
W912CL-06-R-0003
 
Response Due
1/24/2006
 
Archive Date
3/25/2006
 
Small Business Set-Aside
Total Small Business
 
Description
Army Contracting Agency, The Americas intends to procure professional services for Riverine Plans Officer for U. S. Military Group (USMILGP) in Bogot? Colombia. 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. The period of performance is a one year base period and four (4) one year options. This requirement is 100% set aside for small businesses under NAICS code 54 1990, SBA Size Standard is $6M. A single award will be made based on best value. Award will be conducted under the provisions of FAR Part 12 Commercial Item and FAR Part 13.5 Simplified Acquisition Procedures. Prospective contractors shall be registered in the Central Contractor Registration (CCR). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-06, effective 31 Oct 05 and DCN 20051220. Award is subject to Availability of Funds. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. RFP number W912CL-06-R-0003 applies. Contract Line Item Numbers (CLIN) CLINS 0001/1001/2001/3001/4001 Riverine Plans Officer 12 Months x Unit Price = Total Amount Professional services to include all personnel costs including special pay and any special living allowances. (Contractors are encouraged to examine and use both 52.222-46 and Department of State DSSR 920 as a guide in regard to professional compensation.) CLINS 0002/1002/2002/3002/4002 TRAVEL Travel directly associated with the performance of this contract limited by and in accordance with the Joint Travel Regulations (JTR). Government estimated travel cost is $5,000 annually for mission requirements. General and administrative overhead or any indirect cost will not be paid unless specifically proposed, evaluated and included in the award document. CLINS 0003/1003/2003/3003/4003 OTHER DIRECT COSTS Other costs in direct support of the requirements identified in the PWS. Estimated other direct cost is $2,500 annually for office items and incidental expenses. General and administrative overhead or any i ndirect cost will not be paid unless specifically proposed, evaluated and included in the award document. Note: All costs associated with CLINS 0002 and 0003 shall be approved in advance by the Contracting Officer or COR. Relocation cost is not included in annual travel estimate. Relocation costs, if applicable, shall be detailed in contractors proposal und er Travel. The provisions at FAR 52.212-1, Instructions to Offeror Commercial, 52.212-2 - Evaluation - Commercial Items, FAR 52.212-3 and DFARS clause 252.212-7000 apply to this requirement. The following FAR clauses apply to the requirement: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order Commercial Items and DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive O rders Applicable to Defense Acquisition of Commercial Items. The following clauses will be selected, 52.203-6, 52.222-19, 52.222-21. 52.222-26, 52.222-35, 52.222-35, 52.222-37, 52.225-13; 52.232-33; 52.203-3, 252.205-7000; 252.225-7012, 252.227-7015, 252.2 27-7037, 252.243-7002, 252.247-7023, 252.247-7024, 252.232- Additional clauses that are applicable to this acquisition are as follows: 52.204-2, Security Requirements (draft DD Form 254 is available via email). 52.217-8, Option to Extend Services insert 15 Day 52.217-9, Option to Extend the Term of the Contract, insert 30 Days, 60 Days, 5 years 52.228-5, Insurance -- Work on a Government Installation. IAW requirements of FAR 52.228-5 the specific types and amounts of insurance contemplated under this contract are set forth in FAR 28.307-2. 52.232-18, Availability of Funds 252.201-7000, C ontracting Officer's Representative (COR) 252.204-7000, Disclosure of Information, 252.204-7003, Control of Government Personnel Work Product 252.204-7005, Oral Attestation of Security Responsibilities 252.222-7002, Compliance with Local Labor Laws (Overseas) 252-223-7004, Drug-Free Work Force 252.225-7040, Contractor Personnel Supporting a Force Deployed Outside the United States 252.225-7043, Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States DFARS 252.232-7010, Levies on Contract Payments Performance Work Statement: Professional Services, Colombia Riverine Plans Officer, HQ, U.S. Marine Corps Forces, South 1.1 General. The purpose of this Performance Work Statement (PWS) is to describe the requirement for the Riverine Plans Officer (RPO) to support Headquarters, U.S. Marine Corps Forces, South and Military Group (MILGP) Colombia. 1.2 Period of Performance. The contract shall be one-year base period with four one year option periods. The Contractor shall provide a qualified individual to begin work in Bogot?, Colombia not later than TBDSpecified Date or Days after Notice of Award. (see non-cost evaluation factors 52.212-2) 1.3 Place of Performance/Hours of Operation for Support: Work is to be primarily performed in Bogot?, Colombia, but will also be performed in outlying areas as determined by the MILGP Commander. Normal hours are from 0730 through 1730 local time, Monday th rough Friday, with flexibility due to potential mission requirements. Performance of duties shall often be required during nonstandard working hours and in excess of 45 hours per week including being on call after duty hours via cellular telephone provided by the USMILGP. 1.4 Mission. The USMILGP Colombia, in conjunction with the U.S. Country Team, U.S. Government Agencies and the Host Nation, provides Security Cooperation and military-to-military contact in order to assist in the elimination of drug trafficking and narco-t errorism, strengthen host nation military professionalism, conduct Counter Narco-Terrorism (CNT) operations, and eliminate threats to Colombias sovereignty and democracy. The Naval Mission within the USMILGP provides Joint Combat Service Support and plann ing assistance to US DOD forces, US Inter-Agency organizations (in accordance with the Economy Act), and security assistance functions/activities in support of Colombian security forces in accordance with U. S. foreign policy. 1.5 Background and Objectives. With the advent of Plan Colombia, and subsequently, the Andean Ridge Initiative, the volume of Security Assistance material, equipment, and training to the Colombian military; training in the Counter Narco-Terrorism Riverine Program; and the support provided to deployed U.S. forces have created a significant increase in the missions/responsibilities of the USMILGP and U.S. Marine Corps Forces, South. To manage the support provided to this vast amount of personnel, equipment, a nd missions, the Riverine Plans Officer (RPO) position was established in order to assist in the planning and execution of the Counter Narco-Terrorism Riverine Program that supports the U.S. Southern Command (SOUTHCOM) Theater Security Cooperation Plan. Th e role of the Riverine Plans Officer is to assist the Naval Mission by providing continuous advising and planning expertise for the Counter Narco-Terrorism Riverine Program specifically and to other security assistance, advisory and training programs withi n the Naval Mission in general. 2.0 Technical Services Required. Services are advisory, management and professional services, as delineated in FAR Part 37. The contractor shall provide one (1) Full-Time Equivalent, bi-lingual (Spanish-English) trained and highly skilled in the functions listed below. The performance Requirements summary is available by email on request. 2.1 General Description. The RPO will serve as the U.S. Naval Mission primary operations advisor and planner for all matters related to the Counter Narco-Terrorism Riverine Program and be responsible for the planning, advising, coordinating and monitoring of current strategic, operational and tactical operations conducted in Riverine environments in support of th e SOUTHCOM, joint, combined, multinational and interagency Global War On Terrorism (GWOT) operations. As such, the RPO will be authorized on behalf of the Naval Mission to interact and perform staff coordination with MILGP entities; SOUTHCOM service compon ent liaison officers and teams; JIATF-SOUTH; DoD supporting commands and agencies, U.S. Law Enforcement Agencies, and host nation military and police forces in support of current and future plans and operations. 2.2 Specific Duties. The RPO will be responsible for the following: 2.2.1 Intelligence and Operational Planning. Serve as the Naval Missions primary liaison between U.S. intelligence agencies and host nation intelligence agencies in support of riverine interdiction CNT operations, as well as, other interagency Global War On Terrorism (GWOT) and Colombian Maritime an d Marine Corps operations assisting the Colombian Marine Corps in Intelligence Preparation of the Battlefield (IPB) with an emphasis on joint operations. As a Subject Matter Expert in infantry training and tactics, function as a consultant/advisor to the Colombian Marine Corps making recommendations for improvement where needed with emphasis on doctrine, training, communications, and logistics while also as sisting in the planning for both CNT and conventional operations and tracking host nation results achieved during those operations. 2.2.2 Equipment. Assist the Marine Corps Representative (MCR) with the planning, coordinating, and implementation of Marine Corps Security Cooperation matters for the Colombian Marine Corps. Conduct End-Use Monitoring of equipment and training provided to Colombian military and police forces under U.S. Security Assistance programs. Assist the Colombian Marine Corps in identifying equipment requirements not included as part of the SOUTHCOM Theater Security Cooperation Plan and with the management of internal programs and resources throughout Colombia. Identify and coordinate the procurement, delivery and receipt of services, equipment and ammunition as required to support the various assistance programs. 2.2.3 Training. Identify requirements and program individual courses and Mobile Training Teams for the Colombian Naval Forces. Identify, program and manage requirements for USMC training missions, to include intelligence, communications, logistics and administrative support. Incorporate Defense Legal and Legislative Studies (DLLS), Human Rights and Geneva Convention training into Colombian Marine Corps individual and unit training to ensure they are knowledgeable of the legal aspects of search and seizure and adhere to high st andards during the prosecution of their war on terrorism. Serve as the Naval Missions Human Rights Officer and be responsible for the processing of Human Rights Vetting for Colombian personnel and units. 2.2.4 Conduct Long-Term Planning. Assist the Naval Mission in maintaining the Embassy Mission Performance Plan (MPP), the USMILGP Colombia Security Cooperation Plan and the USMC Campaign Plan and assist Marine Corps Forces South and the MCR in establishing and maintaining the Colombian Eng agement and Training Plan. Maintain the Riverine Implementation Plan. Assist the Colombian Marine Corps in planning for force structure, training, and equipping of its forces and with the on-going efforts involved in establishing maintenance management and supply policies and water survival and designated marksman programs. 2.2.5 Coordinate and Execute VIP Visits and Professional Exchanges. Coordinate and support events as required in accordance with USMILGP Bogot? established polices. 2.2.6 Conduct Assessments (Force Protection, Training, Interoperability) . Coordinate and assist in the preparation of assessments as required. 2.2.7 Attend Conferences and Meetings. Attend required presentations with information prepared prior to the event and follow up reports submitted within one week of end of event. 3.0 Deliverables. 3.1 Reports. Contractor personnel assigned to perform tasks of this scope shall provide a monthly written status report and trip reports as required to the MCR. 4.0 Special Requirements. 4.1 Education and Experience. Contractor personnel assigned to perform tasks of this scope must have a Masters degree and a minimum of ten years experience working directly with foreign military and police units involved in counter narco-terrorism, riveri ne missions. 4.1.1 General Expertise. Contractor personnel assigned to perform tasks of this scope must have extensive knowledge of the following: Program management policies, concepts, practices and principles in order to analyze and develop recommendations for program operations and objectives of the U.S. international narcotics control strategy. The position requires strong management, drafting, a nalytical and interpersonal skills and encompasses the major elements of program management, including resource management, reporting and analysis, coordination, and policy formulation and execution. Knowledge of Embassy organization and activities, as well as familiarity with programs, organization and operations of other USG elements involved in counter-narcotics programs. Knowledge of the political, economic, legal, and military environment of Colombia and regional factors affecting the counter-narcotics programs in order to conduct analyses and evaluations of counter-narcotics operations and develop alternative strategies. Current knowledge of Colombian government and military structures and functions to include current knowledge of applicable Colombian laws, agreements, regulations and policies governing Colombian military operations with an emphasis on Colombian Naval Forc es and Colombian National Police Special Forces. Current knowledge of USMILGP mission, policies and operations in Colombia. 4.1.2 Functional Skills and Experience. Experience in planning and conducting Riverine and Supporting Operations and in military combat arms with an emphasis in infantry tactics and maneuver warfare. Experience in Security Assistance Management in the areas of requirements determination, acquisition and contracting, and End Use Monitoring with an emphasis in the administration of Human Rights vetting statues. Experience in planning, coordinating, conducting, supervising and evaluating training provided to foreign military and police forces involved in counter narco-terrorist activities by U.S. training teams. Knowledgeable of U.S. Marine Corps and Naval Special Warfare missions, organizations and deployment methods to include the message procedures, such as terms of reference, terms of concurrence, requests for feasibility and deployment orders, required to req uest training and analysis support through the various service components. Superior skill in applying complex analytical and problem solving methods to evaluate programs and recommend appropriate corrections with experience as a skilled negotiator required in order to coordinate sometimes widely divergent views that exist among U SG agencies and between those agencies and the host nation. 4.2 Passport and Visas. Contractor personnel shall possess at a minimum, a current Official U.S. passport and Colombian visa. 4.3 Clearances. Contractor personnel must possess at a minimum, a current U.S. government Secret Clearance, however, a Top Secret/Special Compartmented access is preferred. 4.4 Language Capability. Contractor personnel must possess a professional working proficiency (minimum 3/3 on the Defense Language Proficiency Test or equivalent) of the Spanish language. 4.5 Special Training. Contractor personnel must ha ve completed SOUTHCOM mandated Force Protection and Personnel Recovery Training (SERE Level B). 4.6 Weapons Qualifications. Contractor personnel may be required to carry a weapon in accordance with Military Group Force Protection Policy and Weapons Policy as determined by the Commander of the Military Group. Personnel shall be qualified with both th e M-9 Service Pistol and M-16A2 Service Rifle per USMILGP, Bogot? policy. Contractor personnel shall be provided access to range facilities to maintain weapons proficiency and qualifications per military group policy. 4.7 Travel. Travel both internal and external to Colombia will be required during the performance of this contract. Additionally, the use of either U.S. Military and/or Colombian conveyances during this travel may be required due to limitations and restric tions or unavailability of commercial air. The COR will notify, whenever possible, contractor personnel a minimum of five (5) days in advance of the requirement. The contractor shall be responsible to administer travel funds allocated to execute this scope of work and to arrange travel, process vouchers, and refund their personnel performing travel in support of this PWS, according to U.S. Joint Federal Travel Regulations (JFTR). All travel associated with this requirement will be reimbursed on a cost reimb ursable basis in accordance with the JFTR. General and administrative overhead or any indirect cost will not be paid unless specifically proposed, evaluated and included in the award document. All reimbursable travel must be approved by the COR prior to tr avel. Contractor must provide copies of travel receipts with invoice for payment for verification purposes. 4.8 Substandard and/or Hostile Living Conditions. At times during the performance of this contract, the individual will be required to live in remote sites with Colombian military personnel in high threat environments where freedom of personal movement wil l be limited or nonexistent. 4.9 Identification. Contractor personnel shall adhere to USMILGP and U.S. Embassy identification requirements. 4.10 Intellectual Property. All reports, decisions, recommendations, plans, concepts, either written or verbal, derived by this contract shall be the property of the US Government. 5.0 Government Resources. 5.1 Equipment. The Government shall provide all tools, computer services, VCR/TV, cellular phone with international access and supplies necessary for this task. Force protection equipment shall be provided by the Government when the Contractor personnel ar e required to work outside of Bogot?. The Contractor shall provide their personnel with a service pistol at least equivalent to the capabilities of the M9 service pistol and applicable ancillary equipment for use when working in areas where MILGP Bogot? ha s directed that personnel carry weapons for self-defense. Government will provide ammunition. Government resources shall be returned to the Government upon completion of this contract. 5.2 Office Space. Assigned Contractor personnel shall be provided adequate office space in a climate-controlled and conditioned environment while working in Bogot?. Office space will not be provided when working outside of Bogot?. Conditions of workspaces provided by Colombian military forces while working outside of Bogot? will usually be substandard and available on a case-by-case basis. 5.3 Office Facilities. Assigned Contractor personnel shall be provided office facilities including access to unclassified and classified phone(s); desk, chair, conference table; personal and equipment storage; bookcases; shelves and other conveniences as p rovided to the U.S. workforce. 5.4 Information Manuals. The Government shall provide assigned Contractor personnel with U.S. operational manuals and additional U.S. reference documentation required in support of this task. 5.6 Post Privileges. Based on U.S. Embassy policy dated 15 May 2003 and U.S. Military Group (USMILGP) policy, Contractor personnel assigned to USMILGP in Colombia will be granted immunities and privileges. These privileges include Armed Forces Postal Office (APO), Preferential Services Visa, Administrative and Technical Immunities, Import/Export Privileges, IVA Reimbursement, Colombian Identification Cards and Drivers License. This applies to all individuals assigned for one year or more. 6.0 Key Personnel. The contractor shall not remove or replace any personnel designated without the written concurrence of the Contracting Officer or COR. Prior to utilizing other than individual specified in the proposal, the contractor shall notify the Co ntracting Officer and the COR no later than thirty (30) calendar days in advance of any proposed substitution and shall include justification (including qualifications of proposed substitution(s) in sufficient detail to permit evaluation of the impact on t he contract). Substitute personnel qualifications shall be equal, or greater than, those personnel being substituted. Evaluation  52.212-2(a) Selection will be based on best value to the government based on price and other non-cost factors. The following factors shall be used to evaluate offers (1) Past Performance/Experience and (2) Contract Start Date/Plan of Action. T hese factors are considered of equal importance. When combined, the non-cost factors are considered significantly more important than price. 1. Past Performance/Experience Required Past Performance Documentation: Describe your qualifications for key personnel and corporate capabilities specifically related to performance of the work required. Offeror shall provide a narrative of no more than three projects of an identical or similar task as required by this PWS within the past three (3) years. Each narrative shall include the name, area code and phone number, mailing and E-mail address of the person who can verify past performance. Limit each narrative to one (1) page. Offero rs unable to fully demonstrate successful completion of a similar project in the past three (3) years shall not be considered technically acceptable and shall not be considered for award. The contractor and any proposed key personnel must be in good standi ng with the Colombian Military and the U.S. Embassy Bogot? and shall not have been the subject at any previous time of any adverse or disciplinary actions - administrative or otherwise - from the USMILGP Bogot?, USSOUTHCOM, the U.S. Embassy Bogot? or Gover nment of Colombia agencies. 2. Contract Start Date/Plan of Action State the date performance will begin-- either as a specific date or days from receipt of notice of award. Briefly provide a plan of action and implementation time line required to ensure personnel will be available in Bogot?, Colombia by the stated date, identifying any and all risks in meeting the proposed schedule. Page limit of three (3) pages The Government plans to award a contract with options on a fixed price basis with reimbursable CLINS for Travel and ODC. The contractors proposal shall be incorporated by reference in the award document. Proposals shall be emailed to anne.carroll@samhoust on.army.mil no later than 4:00 p.m. CST, 24 January 2006. Facsimile proposals will be accepted via fax (210) 295-6834. Price information shall be included in a separate document from non-price information. Files in zipped format will not get through firewa ll. Acceptable attachments includes Microsoft Office files and Adobe Acrobat format. Proposal will be transmitted via email for evaluation purposes. Numbered Note 1 is applicable to this requirement.
 
Place of Performance
Address: ACA Southern Hemisphere Mission Support 2450 Stanley Road Suite 320, Building 1000 2nd Floor Fort Sam Houston TX
Zip Code: 78234-7517
Country: US
 
Record
SN00967582-W 20060119/060117220739 (fbodaily.com)
 
Source
FedBizOpps 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.