Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2006 FBO #1536
SOLICITATION NOTICE

A -- Asymmetric Warfare Group (AWG) Operations Support

Notice Date
2/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113M06R0002
 
Response Due
10/15/2006
 
Archive Date
12/14/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Space and Missile Defense Command (USASMDC) has contractual support requirements for the Asymmetric Warfare Group (AWG) The contractor will be expected to provide for the enhancement, sustainment, and integration of the AWG with direct suppport to the Joint Improvised Explosive Device Defeat Organization (JIEDDO) in the analysis, assessment, operations and training for counter-IED and asymmetric warfare operations throughout the world as well as the preparation of units scheduled for int roduction as replacement forces into overseas theaters of operation. Effort to be performed is in support of operational forces that are experiencing frequent attacks by hostile forces using all forms of Improvised Explosive Devices (IEDs) and other emerg ing threats. Among ongoing tasks are the operational support of operational teams in the CENTCOM Theater of Operations to thoroughly investigate IED attacks, embed and train with deployed forces. In particular, the commander, AWG will require high levels of expertise in the areas in counter insurgency (CI) and counter terrorism (CT). Specifically, the offeror must have extensive experience in advisement and support concerning Joint Special Operations, to include operational and developmental experience in the use of explosives and their initiation, and the tactics and techniques associated with the use of explosives particularly as it relates to IED devices and all forms of asymmetric warfare. Asymmetric warfare (AW) is operations conducted by terrorists, guerillas, militias and paramilitaries to limit US military effectiveness while achieving political objectives. Moreover, experience must include individuals with extensive backgrounds and established reputations in the development, organization, preparat ion and leadership of teams formed to respond in direct support of the vital interests of the Nation. Contracted effort requires that all contractors possess a minimum Security Clearance Classification of Secret, with some requirements for both Top Secret and Top Secret-Special Compartmentalized Information (TS-SCI). Support to the AWG will consist of the following: Advisement Team [see legal review] with established expertise in terrorist, guerilla and insurgent operations, experience with Joint Special Operations Forces and its relation to the development, formation, preparation and staffing of special teams in direct support of National level objectives. This team will have experience synchronizing the transition of major projects and programs from sho rt life-cycle management to long-term strategic efforts. This team will have demonstrated experience in recruitment, assessment, selection, and training procedure development. Strategic Communications/Public affairs experience in information disseminatio n to the Soldier, the public, industry and other Government organizations is also required. Training Advisory Team will consist of certified explosive experts trained and qualified, at a minimum, to U.S. Army standards to advise and train units at major u nit installations and Combat Training Centers throughout the Continental United States (CONUS) and other countries or locations at the direction of the AWG preparing them for combat operations and eventual deployment to any area of operation (AOR). This t eam will also include research analysts, and a Program Coordinator. Operations Squadron Teams will consist of multiple teams consisting of broadly gauged experts to perform the training of IED mitigation measures and counter IED tactics, techniques and pr ocedures to forces committed and forces preparing for entry into regions of hostility. The Operation Squadron Teams could be directed to investigate IED incidents and technologies anywhere in the world. Advisement, Training Advisory and Operations Squadro n Teams will also possess the proven skills, abilities and cognitive traits for operating in highly stressful environments of Counter-Insurgency and Counter-Ter rorism threats. These teams will show demonstrated abilities for adaptation to meet mission requirements addressing undefined and evolving Asymmetric threats. Additionally, the effort will include in-depth and integrated analytic subject matter expertise and programmatic support to the following functional areas and missions. AWG Headquarters support will consist of liaison teams, which maintain the worldwide Joint Common Operational Picture, provide supply, maintenance and chemical/biological protection support and integration of materiel solutions. Operations Squadron support will consist of personnel available to deploy worldwide to observe, record and disseminate emerging AW Tactics, Techniques and Procedures (TTPs), provide AW training and assist in identifying and integrating AW countermeasure technologies. Support to the Training Advisory and Assessment Squadron will consist of analysis of intelligence, operational TTPs, training and materiel solution inter-relationships and the ability to articul ate them in a strategy to combat asymmetric threats. Support to the Concepts Integration Squadron will consist of coordination of AW materiel requirements with the appropriate materiel command and the responsible acquisition executive as well as liaison w ith research and development and acquisition communities. The NAICS code for this effort is 541710/1000 employees. This acquisition will not be open to participation by foreign firms at either the prime or subcontract level. Specific performance requirem ents will be set forth in the Task Orders (T/Os) issued under the contract. The resultant contract will be an Indefinite Delivery/Indefinite Quantity (IDIQ) contract awarded from a full and open competition. It will consist of a five-year basic contract. The Government does not intend to limit either the number or types of teaming arrangements entered into by the potential offerors (i.e., any given contractor could propose as a prime contractor as well as participate as a subcontractor on one or more other proposing teams). Further, we do not intend to impose any restrictions on team membership after award. The expected release date of the final RFP is 15 February 2006 with proposals due on 31 March 2006. Schedules will be posted and updated on the USASM DC website site identified below. Additional information, as well as the RFP and any draft material when released will be available at the SMDC Website, HYPERLINK http://www.smdc.army.mil/Contracts/Contracts.html. NO PAPER COPIES OF THE RFP WILL BE PROVI DED NOR IS A MAILING LIST BEING MAINTAINED FOR THIS ACQUISITION AS THE RFP WILL BE POSTED ON THE ABOVE WEBSITE ADDRESS. Questions or correspondence should be directed to Ms. Nicole Meenen, Contract Specialist, via email (nicole.meenen@smdc.army.mil) or vi a fax (256) 955-4240 and reference the RFP number W9113M-06-R-0002.
 
Place of Performance
Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
Zip Code: 35807-3801
Country: US
 
Record
SN00982058-W 20060209/060207213139 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.