Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 12, 2007 FBO #1963
SOURCES SOUGHT

R -- Military Police Mission Support

Notice Date
4/10/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-07-R-0043
 
Response Due
4/10/2007
 
Archive Date
6/9/2007
 
Small Business Set-Aside
N/A
 
Description
This combined sources sought/synopsis is for information a planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contract ing Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of Office of the Provost Marshal General intends to procure services to directly support the doctrine, concept of operations, and policy requirement of the Military Police (MP) C orp as a small business set-aside or under full and open procedures. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541611 with a size standa rd of $6.5 M are encouraged to submit their capability packages outlining their experience in the following key areas. (1) The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services necessary to directly support the doctrine, concept of operations, and policy requirements of the Military Police (MP) Corp s. The contractor shall perform to the standards in this contract. (2) The contractor will identify, analyze, develop, implement and field innovative ideas related to mission and readiness of each organization. Key objectives include, but are not limited to: Facilitate independent, unbiased Rapid Evaluation Services, re search and analysis, and support services for the following functions: police intelligence operations, military working dogs, non-lethal scalable effects, law enforcement (LE) support, detainee operations, protection, future organizational structure, forc e modernization, military police soldier and leader development capabilities, host nation police operations and training, criminal intelligence program, exercise support, crisis management, and corrections. (3) Services that could be provided run the gamut from strategy, policy, doctrine, analysis of all types whether pertaining to data, doctrine, equipment, tactics, or training, integration services of all types, research and development, interoperability, Subject Matter Expert (SME) support, test and evaluation, validation and verification, or general support services. Additionally, required support must consider Joint military operations across the full spectrum of the Department of Defense (DoD) and com bined arms operations within the Department of the Army (DA), especially in support of programs or operations where the principal organizations within the MP Corps possess DoD or DA executive agent status. (4) The contractor shall also perform structured engineering trade studies, develop engineering total cost of ownership analysis, and leverage technologies from other Government organizations and programs in direct support of Army Organization activities. If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by 20 April 2007 the requirement will be solicited as a 100% set-a side for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. No other synopsis will be posted for this requirement. To assist us in maintaining a list of interested small business for this po tential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement, Barbara Hawthorne. An Indefinite-Delivery/indefinite-quantity (IDIQ) type contract is anticipated. The period of performance will be a Base year period with (4) one year Option periods. The place of performance will be Washington, D.C. and/or Ft Leonard Wood, MO. Contractor personnel will require a current secret clearance. A written Request for Proposal (RFP) wil l be posted on or about 31 May 2007. The RFP must be retrieved and downloaded from CCEs homepage at: http://dccw.hqda.pentagon.mil/services/Services.htm click on RFPS; select the desired RFP and click on the Process button. No hard copies of the RF P will be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all cost s for submitting their capability packages. POC is Barbara Hawthorne, Contract Specialist, email address: barbara.hawthorne@hqda.army.mil, telephone number: 703-695-0747 or Annette Vaughn, Contracting Officer, e-mail address: annette.vaughn@hqda.army.mi l.
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01270108-W 20070412/070410221004 (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.