Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOLICITATION NOTICE

U -- Intelligence related training

Notice Date
5/22/2007
 
Notice Type
Solicitation Notice
 
NAICS
541618 — Other Management Consulting Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
05222007
 
Response Due
6/5/2007
 
Archive Date
6/20/2007
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format prescribed in Federal Acquisition Regulation (FAR) part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and proposals are requested. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16, effective 22 March 2007. North American Industrial Classification Code (NAICS) 541618 (other mgmt consulting services) applies to this procurement. The United States Special Operations Command has a requirement for training on Central Intelligence Agency (CIA) culture and CIA counterterrorism (CT) targeting methods and practices. The Government intends to award a firm fixed price contract for five training courses developed by the contractor and administered within 12 months of award. Training shall occur at USSOCOM HQ, MacDill AFB FL, 33621. A conference room and projector will be provided. All other labor, materials and equipment shall be provided by the contractor. Contractor team individual(s) supporting this task will need to be cleared at the TS/SCI level at the start of the task. At the discretion of the government, selected individuals supporting this task may require access to Special Access Program (SAP)/Focal Point (FP) information. Access to SAP/FP information requires the requisite security clearance based on a security investigation with a date less than 5 years old and requires employees to undergo additional personnel security screening meeting the DoD SAP/FP-accessing directives and policies. Contractors may require access to SCI, SAP, and Focal Point Information in performance of this effort. Training is required for a maximum of 40 students per class with a total of 5 classes required. The government anticipates that the performance work statement (PWS) resulting from the following statement of objectives (SOO) will result in a training class lasting approximately five days each, with eight hours of training per day. The required results of this training are outlined in the following SOO for each of the two performance objectives. The first objective is to increase SOCOM knowledge of CIA culture. The second objective is to increase SOCOMs effectiveness when working with CIA targeteers on counterterrorism (CT) intelligence support and mission planning. SOO: OBJECTIVE ONE: CIA Culture; required results, at a minimum, include increased academic knowledge on the following: 1. Cultural differences between the CIA and Special Operations Forces (SOF) 2. Strategies for increasing cooperation between the CIA and SOF both in theatre and at HQ SOCOM and recent examples where cooperation succeeded and failed at both levels. 3. Exercises, at both levels, which will allow students to demonstrate an ability to work effectively with CIA on CT analysis and mission planning. 4. Demonstration of successful completion of this course means a student will be able to understand the cultural differences between the CIA and SOCOM, operate within the CIA environment, request information from the CIA and support a CIA-lead operation. OBJECTIVE TWO: Required results for CIA CT targeting, at a minimum, include increased academic knowledge and demonstrated capability on the following: 1. Targeting methods and practices overview 2. Targeting as analytical support to operations 3. Targeting as adding structure and process to operations, including the basics of human assets and the human source acquisition cycle 4. CIA targeting concepts and methodologies 5. An applicable targeting exercise bringing together all instructional areas 6. Demonstration of successful completion of this course means a student will understand DoD and CIA targeting, roles of targeteers, philosophies of targeting and the differences between DoD and CIA in each of these areas. All proposals are due by 5 June 2007 at 4:00 pm EST to Jeff W. Burhart via email. Facsimiles will be accepted but you must contact Jeff W. Burhart prior to faxing. Central Contractor Registration (CCR)--Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. Additionally you must complete the online representations and certifications at https://orca.bpn.gov/login.aspx Proposals shall include a written PWS outlining how you intend to meet the performance objectives including; a course outline for each objective, if applicable. Additionally you are required to submit; instructor biographies, price per course and total price, a point of contact, name and phone number, business size, cage code and date of the start of the first class. In accordance with FAR 13.106-1 evaluation will be made based on a best value tradeoff that includes: price, PWS, past performance, instructor qualifications and the date you can start the first class. The quality of the PWS is significantly more important than all other factors. An outstanding PWS will include relevant and recent operational events in the learning objectives as well as depth on all other proposed learning areas. Past performance will be evaluated based on the amount of relevant and recent experience you possess and can demonstrate. Relevant experience, in descending order of importance, is any training provided to either SOCOM or the CIA on similar learning objectives, training provided to SOCOM or CIA on related learning objectives, training provided to other government agencies (OGA) on similar learning objectives, training for OGAs on related learning objectives and training to commercial activities on similar learning objectives. Any past performance claimed shall be accompanied by a description of the training provided, date(s) provided and a POC name and email or phone number. The POC shall be able to verify the claim of performance. Any questions can be directed to Jeff W. Burhart by email at jeffrey.burhart@socom.mil or 813-282-8795 x6113. The following clauses apply to this solicitation and are incorporated by reference. CLAUSES INCORPORATED BY REFERENCE CLAUSES CAN BE VIEWED AT http://farsite.hill.af.mil/ 52.212-1 Instructions to Offerors--Commercial Items 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items Alternate I 52.212-4 Contract Terms and Conditions--Commercial Items 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration 52.222-36 Affirmative Action For Workers With disabilities 52.225-13 Restrictions on Certain Foreign Purchases 52.237-1 Site Visit 52.237-2 Protection of government buildings, equipment and vegetation 52.243-1 Alt I Changes Fixed Price 252.212-7000 Offeror Representations and Certifications Commercial Items: Certification and Representation shall be submitted separately from the quote 252.212-7001 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.232-7010 Levies on Contract Payments
 
Place of Performance
Address: HQ USSOCOM, 7701 Tampa Point Blvd., MacDill AFB FL
Zip Code: 33621
Country: UNITED STATES
 
Record
SN01300801-W 20070524/070522222018 (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.