Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOLICITATION NOTICE

R -- Support to the Afghanistan Sustainable Infrastructure Plan

Notice Date
4/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541720 — Research and Development in the Social Sciences and Humanities
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Humphreys Engineer Center Support Activity, US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-09-AFGHAN
 
Response Due
5/18/2009
 
Archive Date
7/17/2009
 
Point of Contact
Nancy Hilleary, 703-428-6120<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. The requirement is set-aside for small business, and the associated NAICS code is 541720. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil Contractors must be actively registered with Central Contractor Registration (CCR) at http://www.ccr.gov. The following provisions apply: FAR 52.212-1, FAR 52.212-2, FAR 52.212-3, FAR 52.212-4, FAR 52.212-5, DFARS 252.212-7001, and Contract Manpower Clause (see below). DUE DATE: The due date for the delivery of a response to this solicitation is on or before 12:00 noon, Eastern Standard Time (EST), 18 MAY 2009. POINT-OF-CONTACT (POC): Nancy Hilleary, Contract Specialist, Phone: 703-428-6120, FAX: 703-428-8181, E-MAIL: Nancy.L.Hilleary@usace.army.mil Request for Proposals: Support to the Afghanistan Sustainable Infrastructure Plan 1.0 Introduction 1.1 Background. There is no comprehensive infrastructure plan for Afghanistan that brings together heterogeneous technical information on infrastructure programs incorporating economic, social, legal and political realities and stakeholder needs. There is a paucity of analytic techniques and systematic cognitive frameworks that enable effective allocation of resources for sustainable infrastructure projects (over both space and time) in order to greatly enhance the return of investments to Afghan society. The Afghanistan Sustainable Infrastructure Plan (ASIP) will apply a system of systems approach, providing tools that will assist program planners in the development of sustainable infrastructure capabilities in Afghanistan and the region, in support of national strategic objectives. The ASIP methodology will addresses implications across five areas political, security, rule of law, social well being, and economic growth and is based on Stakeholder Asset-based Planning Environment (SHAPE) methodology. ASIP allows multiple actors to operate from a shared vision of Afghanistans infrastructure environment, to coordinate and to integrate intervention options through a common operational plan. 1.2 Objective. The objective of this contract is to bring together heterogeneous components of Afghanistan infrastructure-based programs that incorporate economic, social, legal and political realities to meet stakeholder needs in support of the goals of ASIP. This is not about traditional engineering components of infrastructure but focused on those additional capabilities that are required to create a sustainable system in the Afghan environment driving toward outcomes not outputs. Additionally, the contractor will share the knowledge gained from other efforts to develop an overarching framework and enhance ASIP products. 2.0 Purpose The SOW defines the requirements for the tasks, the period of performance, communication methods, and interim and final deliverables. 3.0 Task Definition 3.1 Task 1 - Ten Functions of the State As documented in the book, Fixing Failed States, by Ashraf Ghani and Clare Lockhart, (New York: Oxford University Press, 2008) this task addresses ten (10) critical functions performed by a State. The contractor shall relate these functions to Afghanistan, provide a status for each function, and make specific recommendations for implementation. 3.2 Task 2 - Support/Input for Workshops Contractor shall provide support for two workshops on ASIP to refine a model for a system of systems approach to the creation of sustainable infrastructure capabilities in the Afghan environment that incorporate economic, social, legal and political realities to meet stakeholder needs in support of the goals of ASIP. One workshop will be held in Kabul, Afghanistan and one workshop will be held in Washington, DC. The contractor shall participate in panels and other forums conducted at each workshop and shall provide input to workshop products. The contractor shall make presentations of their work at each workshop, as determined by the Government. The contractor shall not be responsible for organizing the workshops. 3.3 Task 3 - Critique and Support of Models The contractor shall review and comment on the system of systems model prior to the workshops (Part I), and shall perform a review and critique of the model following the workshops (Part II). The contractor shall develop an overarching framework supported by the model that incorporates components important in Afghanistan such as international compacts, sovereignty strategies, shared rules, corruption, legitimacy and harmonization of donor resources. 3.4 Task 4 - Provide Expertise on the Environment The contractor shall serve as the subject matter expert, providing information and advice on all aspects of Afghanistan relevant to ASIP. The contractor shall assist in making connections in-country and shall provide a list of points of contact. 3.5 Task 5 - Analyze SHAPE/ASIP The contractor shall analyze and document the similarities, differences and interface between the SHAPE/ASIP planning methodology and their concepts and strategy for building state, market and civil society functions, identifying methodological, process, and terminology components. The contractor shall use the outcome of the workshops and products of ASIP tools to develop and integrate implementation guidance based on the ASIP recommendations for Afghanistan. 3.6 Task 6 - Tools for Stability Operations The contractor shall identify tools and capabilities for measuring impact of stability operations, to analyze and document the similarities and differences between the tool Measuring Progress in Conflict Environments (MPICE) and other tools. The contractor shall make recommendations for updating and integrating MPICE into strategic planning tools. 4.0 Period of Performance The period of performance is the date of award through 31 December 2009. 5.0 Government Furnished Information/Equipment The Government shall provide the contractor with the latest version of the system of systems model for use in the two workshops: specifically, SHAPE documentation, ASIP Tool documentation, workshops intent and results, and documentation for MPICE. 6.0 Critical Personnel The contractor shall strive to maintain the same team of managers and subject matter experts throughout the period of performance of this task order. In the proposal, the contractor shall provide the names and resumes (if not already on file with the Government) of all critical management and technical personnel, and identify their functions with respect to the work to be performed. The contractor shall seek approval from the Government before making any change to their task order team. The contractor shall not charge professional labor hours to this task order for any other contractor personnel without prior approval of the Government. 7.0 Direct Coordination The Contractor shall coordinate directly with the contract manager for this task order for all technical issues and direction. The Government will arrange for the contractor to meet with other Government organizations as required. 8.0 Meetings and Reviews 8.1 One kick-off meeting, held at Headquarters, U. S. Army Corps of Engineers (HQUSACE), Washington, DC., within ten (10) working days of award. 8.2 Two workshops, one held in Kabul, Afghanistan and one held in Washington, DC. 8.3 Three in-progress reviews at HQUSACE, Washington, DC. 9.0 Travel Travel is required in the performance of this contract for the meetings and reviews specified in paragraph 8.0. Reimbursement of travel cost IAW FAR 31 or as a fixed price incidental item. 10.0 Deliverables 10.1 Monthly Progress Letters. Progress letters in contractor format shall include discussion of work performed on the technical tasks, cost expended for the month and to date (cumulative), and shall address any technical, cost, schedule or personnel changes. The progress letters shall be delivered to the Government action officer within five working days after the reported month. 10.2 Interim Reports. For each task, a draft interim report, in MS Word format, shall be delivered to the Government action officer for review and comment within one week of task completion. 10.21 Task 1 Report Status of state functions in Afghanistan 10.22 Task 2 Report Summary of contractor participation in the workshops 10.23 Task 3 Report - Critique of the systems model: Part I completed prior to each workshop and Part II completed after each workshop 10.24 Task 4 Report - List of Afghan contacts and their areas of expertise 10.25 Task 5 Report - SHAPE/state-building analysis and interface, between the concepts for building state, market and civil society functions and SHAPE/ASIP; and, implementation guidance 10.26 Task 6 Report - Recommendations for updating and integrating MPICE into strategic planning tools 10.3 Final Report. Draft Final Report in MS Word format, comprising all individual task reports, shall be delivered to the Government action officer not less than six weeks prior to the close of the period of performance. The Government shall have two weeks to review and comment on the draft Final Report and return same to the contractor for revision, as necessary. The Government requires the contractor to have a key individual, intimate with the deliverable, available (on call) for consultation during the report review period. The contractor shall have two weeks to respond to the Governments comments, incorporate changes and submit the Final Report two week prior to contract end, to ensure time for Government acceptance and contract closeout. The contractor must reserve labor hours sufficient to address and correct any Government changes and/or comments to the Final Report. 10.4 Deliver to: Headquarters, U. S. Army Corps of Engineers Directorate of Research and Development ATTN: CERD-ZC (Rob Lambert) 441 G Street NW Washington, DC 20314-1000 11.0 Level of classification All work performed, and all materials used and/or produced, shall be unclassified. END OF STATEMENT OF WORK Evaluation Factors Award will be made on the basis of the best value to the Government. Offerors are urged to ensure that their proposals are submitted on the most favorable terms to reflect their best possible potential. The Government intends to make an award without discussions, based upon initial proposals received, but reserves the right to conduct discussions if deemed necessary. Technical proposal shall describe the capacity of the offerors organization to perform the work in accordance with the Statement of Work. Listed below are three technical evaluation factors and one cost evaluation factor. All three technical evaluation factors are weighted equally. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. Technical Factor 1 - Ability to Perform the Technical Tasks. The offerors shall submit a narrative for each task in the Statement of Work (SOW), describing their specific knowledge, capability or experience, and how it will be applied, to meet the requirement. Proposals that do not address each task listed in the SOW will not be considered. Technical Factor 2 - Past Performance. The offerors shall submit detailed information on prior experience in bringing together heterogeneous components of Afghanistan infrastructure-based programs that incorporate economic, social, legal and political realities to create a sustainable system in the Afghan environment. List and describe recent projects that demonstrate experience with this type of work. Include dates, location, types of contract, dollar values, description of the work, and references. Technical Factor 3 - Understanding of Work. Technical proposals will be evaluated for the level of understanding demonstrated of the particular government needs and objectives outlined in the SOW, and for the appropriateness of the approach to meeting those needs and objectives. Cost Factor - Cost proposals will be evaluated for reasonableness and to determine the best overall value to the government. This factor shall be judged on the degree to which the proposed cost/price elements are reasonable and consistent with the work to be performed. Excessively high or low cost/price may be deemed to indicate a lack of understanding of the scope of work or level of technical expertise required. Submit your proposal in accordance with the following CLINs, breaking out Labor by category, hours and hourly rate: CLIN 0001, Labor Services for Support to the Afghanistan Sustainable Infrastructure Plan for the US Army Corps of Engineers. 1 LS $_____________ CLIN 0002, Travel 1 LS $_____________ CLIN 0003, Contractor Manpower Reporting Requirements 1 LS $___________ Contract Manpower Reporting Clause 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 report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers 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 purposes 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). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar 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 contractors systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Attachment A (Contract Manpower Reporting Worsheet.doc) can be viewed in the above Contractor Manpower Reporting Website as part of the applicable solicitation or contract and is considered part of this clause.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=eab791aac169e56db0ea295118c52bac&tab=core&_cview=1)
 
Place of Performance
Address: Headquarters, U.S. Army Corps of Engineers, Directorate of Research and Development ATTN: CERD-ZC, 441 G Street NW Washington DC<br />
Zip Code: 20314-1000<br />
 
Record
SN01805892-W 20090502/090430221151-eab791aac169e56db0ea295118c52bac (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.