Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2006 FBO #1711
SOLICITATION NOTICE

R -- World Wide Logistics Planning Support Services

Notice Date
8/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
U.S. Army Field Support Command, ATTN: AMSFS-CCA, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J06R0072
 
Response Due
9/13/2006
 
Archive Date
11/12/2006
 
Small Business Set-Aside
N/A
 
Description
The HQ, U.S. Army Sustainment Command intends to issue a solicitation to maximize resources and expertise of a planning contractor to provide LOGCAP program management analysis and support, provide liaison support between the LOGCAP Government staff and Combatant Commanders/Army Service Component Commanders (COCOM/ASCC), assist with documentation of supported unit contingency requirements in performance work statements (PWS) and deliberate plans, and provide a variety of LOGCAP training assistance on a global basis. The contractor may deploy within the Continental United States (CONUS) in support of CONUS activities or world-wide in support of planning, training, exercises, or events. Requirements shall focus on LOGCAP capabilities and/or resources to support Army, Department of Defense component, U.S. Federal Government Inter-Agency requirements, and non-governmental and coalition forces LOGCAP support when approved by Department of the Army. This scope does not intend to limit LOGCAP responses to only military operations. This is a full and open competition solicitation, with proposals evaluated on a BEST VALUE basis. Evaluation shall be in accordance with Sections L and M of this solicitation. It is the intent of the Government to award one contract. However, the Governmen t reserves the right to make no award. It is anticipated that the RFP will result in a five (5) year IDIQ contract, with one base year and four (4) option years. The contract includes a Contract Line Item Number (CLIN) structure that supports Firm Fixed Price, Cost Plus Fixed Fee (CPFF), Cost Plus Incentive Fee (CPIF), and Time and Material (T&M) contract elements. The minimum requirement for the LOGCAP IV Planning contract is for a core program office (See CLIN 0001) under the first year. The maximum pe rmitted on this LOGCAP IV contract is $45 million per year. Services To Be Provided. The Support Contractor shall have detailed knowledge of the LOGCAP program and provide acquisition and life cycle management support for the program. This includes but is not limited to assisting Government staff with planning, de velopment of policy guidance, budgetary, contract and systems/program management, training, acting as liaison for the LOGCAP Director and COCOM/ASCC staffs, and administrative functions. The Planning Contractor shall provide In-Process Reviews (IPR) at the discretion of the Government. Program support shall be provided to the LOGCAP Director, LOGCAP Operations Directorate, and deployed Deputy LOGCAP Directors. Program support may include acting as liaison for supported units and the LOGCAP Director and staf f, financial, technical, and pricing analysis of contractor cost estimates and task execution plans, training presentations and program of instruction (POI) development, exercise preparation and participation, and documentation and update of the LOGCAP World-wide Management and Staffing Plan and LOGCAP support plans. The Planning Contractor shall collaborate with executing contractors, establish non-disclosure agreements as required, and document proprietary executing contractor input to the WMSP and COCOM/ASCC plans. It is not the intent of this contract to have the contractor perform inherently Governmental functions, or to have the contractor make discretion ary decisions for the Government relating to the program or contracted support. The contractor will primarily provide advice, analysis, and draft document submissions for Government approval. There will be a Pre-Proposal Conference time and date to be announced. Contractor must be able to obtain and provide a Secret Level Security Clearance issued by Defense Security Service (DSS) prior to solicitation closing. Logistics Civil Augmentation Program (LOGCAP) is an initiative by the United States Army to plan during peacetime for wartime or unforeseen military contingencies using commercial contractors to and execute approved plans to provide logistics services and engin eering support to augment U.S. forces in support of DOD missions with reasonable assurance of success and within reasonable costs. The North American Industry Classification (NAICS) is 541611. This procurement is unrestricted. Release of the solicitation i s 15 August 2006. Date for receipt of proposals is 13 September 2006. To preclude any perception of improper competitive advantage, the execution contractors and planning/support contractor can not have any business relationship (teaming, partnering, subcontracting) or financial interests in each other. Each Execution Contra ctor must work closely with the planning/support contractor to facilitate accurate planning and expedited EVENT execution. The support contractor will be required to sign non-disclosure agreements with the LOGCAP IV contractors for access to their proprietary information in order to facilitate the planning process. Since the LOGCAP IV Contractors will be working with classifie d operational plans, they must meet National Industrial Security Program Operating Manual (NISPOM) requirements to access such information. The Program Execution Contractors will be required to obtain SECRET clearances for any personnel managing classified information. All responsible sources may submit a proposal which shall be considered by the agency. NOTICE TO ALL CONTRACTORS: All contractors who provide goods/services to the Department of Defense (DOD) must be registered in the Central Contractor's Register (CCR). You cannot be awarded a DOD contract whose solicitation is issued after 31 May 98 if you are not registered in the CCR. You may register via the Internet at http://ccr.edi.disa.mil. Further information may be obtained through the Internet at http://www.acq.osd.mil/ec/faqs. If you do not have Internet access and want to register you may contact the CCR Registration Assistance Center at 1-888-227-2423.
 
Place of Performance
Address: U.S. Army Sustainment Command ATTN: AMSAS-ACF, Rock Island IL
Zip Code: 61299-6500
Country: US
 
Record
SN01103274-W 20060803/060801221225 (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.