Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2006 FBO #1689
SOLICITATION NOTICE

R -- Anti-Terrorism/Force Protection Support Services

Notice Date
7/10/2006
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-06-T-0035
 
Response Due
7/25/2006
 
Small Business Set-Aside
8a Competitive
 
Description
This is a combined synopsis/solicitation for commercial service(s) prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES/PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. All quotes shall reference the Request for Proposal number H92239-06-T-0035. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-09. It is the Contractor's responsibility to be familiar with all applicable clauses and provisions. The North American Industry Classification System (NAICS) is 541690. The small business standard is $6 million dollars or less. This requirement is 100% set-aside for 8a businesses. 1. Requirement: The Contractor shall provide all direct labor, supervision, and administrative requirements to: provide seven Antiterrorism (AT) subject matter experts (SMEs) to function as Special Forces Group (SFG) Antiterrorism Program Manager (ATPMs) with one contractor at each of the seven SFG Headquarters and one Physical Security (PS) subject matter expert (SME) to function as the United States Army Special Forces Command (Airborne) [USASFC(A)] Physical Security Program Manager (PSPM) and assistant to the Antiterrorism Officer at USASFC(A) G3, Operations. Period of performance will be from 01 Sept 06 to 31 May 07 with four(4)one(1) year option periods. 2. Background: AT and PS are DoD mandated programs. DoD Instructions 2000.16 establishes the standards for the AT program. DoD 5200.8-R, Physical Security, and AR 190-13, The Army Physical Security Program defines requirements for PS. The combination of AT and PS form the basis for all Force Protection (FP) programs. Our Force Protection Program is designed to protect service members, civilian employees, family members, facilities, and equipment in all locations and situations. This is accomplished through the planned and integrated application of antiterrorism, physical security, operations security, personal protective services, and supported by intelligence, counterintelligence, and other security programs. These AT and PS contractors serve the vital role of managing the day-to-day Force Protection operations. 3. SCOPE: a. The seven AT Program Managers serve as the assistant SFG Antiterrorism Officers (ATOs). They are responsible for coordination with the USASFC(A) ATO and the subordinate units on all matters pertaining to protection of Special Forces Units. ATPM assists in the development, coordination and implementation of the Group AT program, policies and standards; assists in the development of AT related budgets and Readiness Initiative Fund requests; prepares responses for the ATO to USASFC(A); provides oversight for the development and implementation of subordinate unit AT programs; and develops and maintains Threat databases to assist SOF units in force protection planning. b. The Physical Security Program Manager (PSPM) serves as the USASFC(A) resident expert for physical security and additional duties as assistant to the ATPM. PSPM is responsible for coordination with USASFC(A) subordinate units on all matters pertaining to protection of Special Forces Units. PSPM assists in the development, coordination, and implementation of the USASFC(A) Physical Security Program (PSP), policies and standards; assists in the development of PS and AT related budgets; prepares responses for the USASFC(A) ATO; provides recommendations for the development and implementation of subordinate unit Physical Security programs. 4. GENERAL REQUIREMENTS: a. Officer of Primary Responsibility (OPR) for the ATPMs is the SFG S3 ATO and is the supported agent for any contract efforts relating to Group antiterrorism. b. OPR for the PSPM is the USASFC G3 ATO and is the supported agent for any contract efforts relating to USASFC(A) PSP and is also the Contracting Office Technical Representative, (COTR) for both the SFG ATPMs and the USASFC(A) PSPM. c. The contractor shall provide one AT SME at each of the seven SFG locations and a PS SME at USASFC(A) for day-to-day, on-site support to the Command?s Force Protection Program (FPP). 1st SFG, Fort Lewis, Washington-Pierce County 3rd SFG, Fort Bragg, North Carolina-Cumberland County 5th SFG, Fort Campbell, Kentucky-Christian County 7th SFG, Fort Bragg, North Carolina-Cumberland County 10th SFG, Fort Carson, Colorado-El Paso County 19th SFG, Draper, Utah-Salt Lake County 20th SFG, Birmingham, Alabama-Jefferson County The SMEs selected for ATPMs at the SFG must, as a minimum: (1) Possess a TOP SECRET security clearance or be eligible to receive a TOP SECRET security clearance. Persons with a SECRET clearance may be hired pending receipt of a final TOP SECRET clearance. (2) Possess experience conducting antiterrorism program management and training. Have successfully completed the TRADOC approved Antiterrorism Level II Program Manager Course at Fort Leonard Wood, MO within the last 24 months, or attend within the first six months of employment, at contractor?s expense. (3) Have working knowledge of Special Forces tactics, techniques and procedures which will prepare the contract employee to assess training and equipment needs and develop recommendations to the SFG ATO. Knowledge gained through operational experience in a Special Forces unit is highly desirable. (4) Have served as an Antiterrorism Officer to an Army unit of Battalion size or larger in the last five years. (5) Be familiar with the operation of personal computers (PC), and Microsoft Office software applications. d. The contractor shall provide one PS SME at USASFC(A) G3 Operations Division for day-to-day, on-site support to the Command?s Force Protection Plan. The SME selected for these tasks must, as a minimum: (1) Possess a TOP SECRET security clearance or be eligible to receive a TOP SECRET security clearance. Persons with a SECRET clearance may be hired pending receipt of a final TOP SECRET clearance. (2) Possess experience, within the last five years conducting physical security program management and inspections. (3) Have served as a unit Physical Security Officer in the last five years with responsibility for PS management. (4) Have successfully completed the US Army Conventional Physical Security Course (CPSC), or attend the TRADOC approved CPSC within the first six months of employment, at contractor?s expense. (5) Be competent in the operation of personal computers (PC), and Microsoft Office software applications including Word, PowerPoint, Outlook, Excel and Access. e. Contractor SMEs shall participate in coordination meetings, briefings, and discussions, and in other activities required for task completion. As a planning factor, the contractor may anticipate up to (2) days of travel per month in contributing to and participating in meetings, briefings, inspections and discussions. f. Contractor SME shall travel for program support, coordination, briefings, inspections, vulnerability assessments and discussions at on and off-post CONUS and OCONUS locations as approved by the COTR in writing. OCONUS deployments must be approved by the USASOC COR. Payment will be made on a cost reimbursement basis. All travel shall be conducted in strict accordance with applicable Joint Federal Travel Regulation (JFTR). Passports may be required. For a planning factor the contractor can anticipate up to $36,000 in travel dollars annually. g. Contractor SME shall store classified documents required for performance of tasks within Group S-3 in appropriate classified containers provided by the government for that purpose. Project sensitive waste will be disposed IAW current Group HQ SOP. 5. DUTIES/TASKS: a. The AT SME contractor shall provide support as Antiterrorism Program Manager (ATPM) and Assistant Antiterrorism Officer (ATO) and be responsible for: (1) Interpreting the AT and FP policies of DOD, USSOCOM, HQDA, USASOC and USASFC(A). (2) Assisting the SFG ATO in formulating concepts, developing policies and guidance, and implementing the SFG Antiterrorism Program. (3) Ensuring the integration of AT risk management, planning, training and exercises, resource generation and a program review into a responsive Antiterrorism Program. (4) Assisting the SFG ATO in reviewing and updating applicable SFG Directives and Policies as required. (5) Researching and developing AT OPLANs, OPORDS and SOPs. (6) Assisting in the development and implementation of SFG policy on combating terrorism that addresses the entire Special Operations mission cycle (Pre-deployment, Deployment, and Re-deployment). (7) Reviewing and providing AT input to Deployment Orders (DEPORDs), Statement of Requirements (SORs) and other staff actions. (8) Assisting subordinate units with the development of their AT programs, training and planning assistance, as needed and requested. (9) Assisting in the development and implementation of SFG policy for Antiterrorism Awareness Training for units and individuals. Coordinating specialized AT training as required. Maintaining training records for units and individuals. (10) Coordinating the SFG AT program with the theater SOC?s requirements. (11) Coordinating and managing the Group AT Working Group. (l2) Attending appropriate committees, panels and external forums as the need arises while clearly identifying themselves as a Contractor. (13) Supporting the SFG ATO with AT related assistance when an installation Crisis Action Team (CAT) is established. (14) Providing input to Group staff on the AT impact of emerging concepts and technologies. (15) Researching relevant AT/FP sites on the SIPERNET. Incorporating information and sites into the SFG AT web page. Ensuring the timely updating of data on the AT web page. (16) Conducting special AT studies and research to identify emerging technology in force protection equipment and training. (17) Scheduling, coordinating and arranging surveys and assessments at Special Forces facilities and activities in CONUS and OCONUS. Conducting AT program assessments at least once every three years, or as required. (18) Implementing the AT portion of the SFG Inspection Program. b. The Contractor SME shall provide support as Physical Security Program Manager (PSPM) and Assistant to the USASFC(A) ATO and will be responsible for: (1) Assisting in the development of command guidance and policies relating to the security of personnel, material, and facilities. (2) Conducting comprehensive review and analysis of unit physical security plans and survey reports for compliance with existing policies and procedures to ensure that unit assets are not compromised, sabotaged, or subject to theft or willful interference. (3) Recommending policy changes and developing courses of action to resolve security problems after analyzing existing situations. (4) Preparing staff actions requiring correlation/ interrelating data/information from a variety of sources and presenting sound recommendations for decision. (5) Participating in the conduct of on-site physical security inspections as a member of the Command Inspection Program for USASFC(A). (6) Also conducting staff assistance visits and surveys of both active and National Guard units. Applies a practical knowledge of physical security technology to increase the security posture of the activity being surveyed. (7) Developing data for survey reports, which provide findings and recommendations to commanders to maximize their physical security program. Furnishing on-site consultation services in application of physical security technology and techniques. (8) Advising the Commanders of security deficiencies that would affect the security posture of USASFC(A) units. (9) Providing technical assistance and guidance in the preparation of command directives and prepares official correspondence incidental to the program. (10) Reviewing and recommending validation of all USASFC(A) requests for (AT/FP funding) for the acquisition and budgeting of physical security equipment in support of AT requirements to include commercial intrusion detection systems including closed circuit television and access control devices, alarm systems, barrier materials and surveillance platforms. (11) Serving as the USASFC(A) Physical Security SME for new and major renovation projects, for construction projects and at pre-design, pre-construction, renovation with contractors, architects, engineers and master planners of Public Works Business Centers. (12) Serving as the USASFC(A) PS SME to analyze, review and recommend prioritization of new major construction projects submitted by USASFC(A) units. (13) Responsible to make all parties knowledgeable of specific PS regulatory requirements IAW DA and DOD regulations. (14) Participating as a member of the USASFC(A) Force Protection Working Group. (15) Supporting the AT/FP Program in the management of the physical security program by monitoring procedures for the physical security of arms, ammunition, and explosives (AA&E); analyzing information received on the loss, theft and recovery of AA&E; recommending command corrective action and issuance of command directives to prevent further loss; implementation of standards on physical security measures and procedures for safeguarding army property. (16) Preparing responses for the USASFC(A) G3 ATO for physical security matters requiring official command coordination with higher headquarters, DA, FORSCOM, USARC, TRADOC, subordinate units support installations and private industry. (17) Providing continuity of AT/FP advice to the commander during absences of ATO. (18) Assisting subordinate units with the development of their AT programs, training and planning assistance, as needed and requested. (19) Attending appropriate committees, panels and external forums as the need arises while clearly identifying themselves as a Contractor. (20) Conducting special AT studies and research to identify emerging technology in force protection equipment and training. 6. Technical, Past Performance, and Price. Simplified Acquisition Procedures will be used to evaluate offers and award the contract. The Technical Acceptability capabilities will be evaluated on the accuracy and extent to which the offer demonstrates a complete understanding of the requirements in the Performance Work Statement (PWS) and conveys methodologies, techniques and a detailed technical approach that enhances the likelihood of satisfactory performance and performance quality. The Government will evaluate Past Performance using the information obtained from the references provided by the offeror. Proposed Prices will be evaluated for reasonableness using the price analysis techniques provided under FAR Part 15.404-1. a. Technical acceptability as determined by the government during technical review. Contractor?s proposal shall include key personnel resumes and documentation of required training and experience. To be technically acceptable, the offerors shall demonstrate recent experience in the required skills areas. Technical Acceptability is defined, in order of priority as: (1) Contractors Ability To Meet, Or Exceed, The Required Support Objectives. To be rated in this area, contractors shall submit a proposal describing how SMEs will be selected, hired and retained. Contractor will describe how they will meet the requirements stated in the SOW. (2) Ability to Hire and Maintain a Qualified Workforce. To include the identification of required manpower support, meeting the minimum qualifications, recruiting and sustaining the qualified workforce, personnel qualifications and prior experience. To be rated in this area, contractors shall demonstrate an ability to obtain and retain a staff meeting the following qualifications: A. Contract Manager Desired Qualifications. o Minimum of one (1) year experience as a Contract Manager for a level of effort regarding a contract of similar size and scope. B. Antiterrorism Program Managers o Possess technical experience to include: conducting antiterrorism program management, documented Level II certification and documented experience conducting enhanced antiterrorism training. o Experience with in the last five years conducting antiterrorism program management and training o Successfully completed the TRADOC approved Antiterrorism Level II Program Manager Course at Fort Leonard Wood, MO within the last 24 months or agree to attend the course, within the first six months of employment, at contractor expense o Familiar with the requirements of DoD, Army and USSOCOM Antiterrorism C. Physical Security Program Manager. o Possess experience, within the last five years, conducting physical security program management and inspections o Have successfully completed the US Army Conventional Physical Security Course at Fort Leonard Wood, MO, or agree to attend the course within the first six months of employment, at contractor?s expense b. Past Performance. Past performance is a measure of the degree to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government will contact some of each offeror's customers to ask whether or not they believe: (1) that the offeror was capable, efficient, and effective; (2) that the offeror's performance conformed to the terms and conditions of its contract; (3) that the offeror was reasonable and cooperative during performance; and (4) that the offeror was committed to customer satisfaction. In evaluating past performance, the Government will contact some of the references provided by the offeror and other sources of information, including but not limited to, Federal, state and local government agencies, better business bureaus, published media, and electronic data bases. The offeror shall demonstrate recent experience and institutional knowledge in conducting the requested support. The Government will evaluate each offeror's organizational experience on the basis of its breadth, its depth, and its relevance to the work that will be required under the prospective contract. The Government will not evaluate an offeror's organizational past performance on the basis of the personal past performance of the offeror's key personnel. c. Price. The Government will evaluate the reasonableness of the price of each acceptable offer in relation to the offeror's relative capability. 7. Relative Importance of the Evaluation Factors. Nonprice evaluation factors, when combined, are significantly more important than price. The Technical Acceptability is more important than the Price. Technical Acceptability and Past Performance Factors, when combined, are significantly more important than Price. However, the Government will not select an offeror for award on the basis of a superior capability without consideration of the price proposed. The following provisions are incorporated into this requirement FAR 52.212-1, 52.212-2, 52.212-3, 252.212-7000 The following clauses are incorporated into and made a part of this requirement and any resulting contract: 52.212-4, 52.212-5(Dev) to include the following additional clauses: 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, and 52.222-43: 52.219-17, 52-219-18, 52.222-36, 52.222-37, 52.252-5, 52.252-6, 252.212-7001(Dev) to include the following additional clauses: 52.203-3, 252.205-7000, and 252.225-7012; 252.219-7009, 252.219-7010 Alt A, 252.232-7010, 252.243-7001, 252.243-7002, 5652.201-9002, 5652.204-9000, 5652.204-9001, 5652.215-9008, 5652.215-9015, 5652.215-9016, 5652.232-9003, 5652.232-9004, 5652.233-9000, 5652.237-9000, 5652.252-9000, 5652.204-9005 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will electronically report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall complete all the information in the format using the following web address https://contractormanpower.army.pentagon.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer?s Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). The reporting period is the period of performance not to exceed 12 months ending September 30 of each government fiscal year. The data must be reported by 31 October of each year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor?s system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Technical Occupations 29000 GS 12/5 Wage Determination for the applicable location applies to this solicitation and the subsequent Purchase Order. This determination may be located at the following website www.wdol.gov. Defense priorities and Allocations Systems (DPAS) assigned for this procurement is unrated. NA. To be considered for award, the contractor shall have an active registration in the Central Contractor Registration (CCR) Full text clauses and provisions are available at http://farsite.hill.af.mil PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE: The following Federal Acquisition Regulation (FAR) provisions are applicable to the acquisition. Full text clauses and provisions are available at http://farsite.hill.af.mil. FAR 52.212-1, Instructions to Offers-Commercial Items; 52.212-2, Evaluation Commercial Items, with the following evaluation factors inserted in paragraph (a) of the provision: EVALUATION FACTORS: The following evaluation factors in descending order of importance will be used to evaluate offers: (1) Technical acceptability (2) Past Performance, and (3) Price. Instructions to Offerors will be published under separate Amendment
 
Place of Performance
Address: U. S. Army Special Operations Command, ATTN:AOCO, Bldg E-2929 Desert Storm Dr., Fort Bragg, NC 28310
Zip Code: 28310
Country: UNITED STATES
 
Record
SN01086022-W 20060712/060710221350 (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.