Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

10 -- Sources Sought

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Rock Island Contracting Center (RI-CC), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J11RXXXZ
 
Response Due
2/20/2011
 
Archive Date
4/21/2011
 
Point of Contact
Charles Williamson, 3097827690
 
E-Mail Address
Rock Island Contracting Center (RI-CC)
(charles.williamson2@us.army.mil)
 
Small Business Set-Aside
N/A
 
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; proposals are being requested and a written solicitation will not be issued. This is a REQUEST FOR INFORMATION (RFI) ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes. This announcement does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this RFI are required via E-MAIL to charles.williamson2@us.army.mil. The Government will not pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The purpose of this RFI is to conduct market research to determine the market availability of contractors available to provide a civilian solution to personnel accounting and personnel movement coordination support throughout the Combined Joint Operating Area - Afghanistan (CJOA-A) in support of Operation Enduring Freedom (OEF). This includes coordination of movement for reception, replacements, returns-to-duty, rest and recuperation (R&R), and redeployment of personnel entering, transiting, or exiting the theater via the two major Air Field Aerial Ports of Debarkation/Embarkation (APODs) as well as through four other locations. These teams will be responsible for accountability of all U.S. military personnel, DoD civilians and U.S. contractors using the Tactical Personnel System (TPS) to create flight manifests and uploading information to the Deployed Theater Accountability Software (DTAS). The contract requires six dedicated and customer-service focused Personnel Accountability Teams (PATs) to accomplish four important missions in support of the Global War on Terrorism and Operation Enduring Freedom: 1. Provide personnel accountability for all US personnel arriving and departing from theater Air Field APODs. 2. Conduct R&R support for US forces at Bagram Air Field (BAF) and Kandahar Air Field (KAF). 3. Assist with billeting and dining for all U.S. personnel in transit. 4. Assist arriving personnel with follow-on ground transportation to their final destination where applicable. *****Each team will be comprised of personnel that can support each area listed below for each respective location***** a. Contractor Day Shift i. Arrivals Personnel Accountability Clerk with security clearance (SECRET) ii. Arrivals Personnel Accountability Clerk with security clearance (SECRET) / Transportation Coordinator iii. Departures Personnel Accountability Clerk with security clearance (SECRET) iv. R&R Support Clerk with security clearance (SECRET) (Designated Site Supervisor) v. Transportation Coordinator with security clearance (SECRET) vi. Essential Personnel Services Clerk with security clearance (SECRET) vii. R&R Berthing coordinator b. Contractor Night Shift i. Arrivals Personnel Accountability Clerk with security clearance (SECRET) / Transportation Coordinator ii. Arrivals Personnel Accountability Clerk with security clearance (SECRET) iii. Departures Personnel Accountability Clerk with security clearance (SECRET) iv. R&R Support Clerk with security clearance (SECRET) v. R&R Berthing coordinator a. Site Supervisor: The contractor will designate one employee as the Site Supervisor who will coordinate directly with the PAT on operational issues and will be responsible for their own personnel management. He or she shall ensure that all actions of Appendices A - F are carried out as applicable. The Site Supervisor will be available to assist the military leadership and contractor work leads 24-hours per day. The Site Supervisor will also coordinate operational issues with the USFOR-A J1 Plans and Operations Team via the Contracting Officer Representative (COR). The site supervisor will verify TPS flight manifests are correctly made per Appendices A - F and daily updates are made to DTAS. b. R&R Support Clerk: R&R Support Clerk is responsible for ensuring that personnel on R&R/Leave are manifested on flights. He or she will brief all personnel going on R&R/Leave and ensure that a muster is taken per procedures in Appendices A - F. The R&R Support Clerk will minimize delays in travel for all personnel going on / returning from R&R/Leave. The R&R Support Clerk is also the Site Supervisor at BAF and KAF. c. Arrivals Personnel Accountability Clerk: The Arrivals Personnel Accountability Clerk will continually man a desk in an area such that all US personnel entering the PAX terminal from an inbound flight are accounted for by scanning their CACs/military IDs, or recording the name, passport number and expiration date of non-military US Personnel. There will be at least one Arrivals Personnel Accountability Clerk present at all times to ensure continual manning throughout the day and night. d. Departures Personnel Accountability Clerk: The Departures Personnel Accountability Clerk will be stationed at the flight check-in desk and ensure that all personnel checking in to flights are also accounted for. The departures Personnel Accountability Clerk will only need to be available during flight manifesting prior to scheduled flights. e. Transportation Coordinator: The Transportation Coordinator is responsible for ensuring that personnel have transportation from the airport to their final destination. He/she should have contact with the Combat Driving Teams at all surrounding bases in order to ensure ground transportation is available once personnel terminate their air travel. The Transportation Coordinator shall continually check to make sure U.S. Personnel are not stranded without some plan for their follow-on travel. f. Essential Personnel Services Clerk: The Essential Personnel Services Clerk will assist travelling personnel with passport information, IDs and other administrative needs. g. R&R Berthing Coordinator: Shall ensure that personnel have access to berthing if needed and ensure R&R berthing is not abused. All personnel staying in R&R berthing must have required R&R Leave Paperwork. Duty Hours: Duty hours will consist of 12-hours per day shift work. Supervisors will be prepared to adjust in order to provide services during increased passenger/customer peaks and accommodate changes in workloads caused by temporary events, such as redeployments, or leave periods. Personnel Hiring: The nature of PAT operations necessitate that experienced contracted employees provide hired personnel at the quality level expected for Army operated Joint Personnel Reception Centers (JPRC) and R&R Operations sites. A fill rate of 100% is critical to maintain effective and productive personnel accountability operations support. The contracted personnel play an important role as repositories of institutional and operational knowledge during unit changeovers. The HR Company requires dedicated, motivated personnel falling within the superior end of the qualification spectrum of the recruiting pool of potential candidates. The personnel accountability team sites must be manned by employees having honest character to retain the integrity of the personnel accountability systems. All employees that require security clearances must be US citizens who have or can obtain a valid driver's license, and have none of the listed disqualifying data in their records: 1. Conviction of a crime involving theft or moral turpitude. 2. Disciplinary actions reflecting unfavorably upon their integrity. 3. History of psychiatric disorder, unless a medical evaluation determines the condition no longer exists. 4. History of alcoholism or drug abuse, unless a medical evaluation determines the condition no longer exists. 5. Have been previously relieved from military service for cause or criminal conviction. The contractor is responsible for ensuring employees obtain SECRET or INTERIM SECRET clearances. Employees must be able to draw correct conclusions of procedure based on the information provided and to make correct inferences even when the information provided is incorrect. Each employee must be able to understand and express ideas and information effectively, see and compare differences in categories of US Forces and civilian personnel, recognize detail, differences, or errors in written words and numbers. Additionally, all contract workers must be fluent in the English language. Employees will not have permanent physical restrictions prohibiting duty involving prolonged standing or walking. All employees must have identification cards prior to beginning work. Employees will be trained in a way that makes them capable of supporting the entire PAT mission so that all positions at the JRPC and R&R operation sites are interchangeable. Employees will train alongside their military counterparts upon arrival to the CJOA-A. The site supervisor will ensure that the most capable personnel fill key positions and will rotate personnel to prevent position burnout. Contractor will input and account for all personnel by date as they enter, transit or depart theater. Contractor will coordinate the execution of logistics support (billeting, transportation, etc.) of transiting personnel. Contractor will coordinate personnel accountability issues with the Contract Officer Representative. CONTRACTED PERSONNEL REQUIREMENTS / TRAINING. Work Schedule: Day shift will work from 0800 to 2000 and night shift will work from 2000 to 0800. NOTE: All personnel will be cross-trained on all operations which will allow for transference of duties when employees are absent for scheduled and unscheduled reasons (i.e. meal hours). Clearance: Contracted personnel will require U.S. Secret security clearances. Training: Contracted personnel are required to have at least intermediate computer skills in Microsoft Office Suite, to include: Excel, Word, Outlook and PowerPoint. Performance Period: Contracted personnel are needed for 12 months with a one year option to renew. In order to determine the market availability, the Government requests that interested vendors send an e-mail requesting the DRAFT Statement of Work (SOW). Further to this, the Government requests that interested parties submit samples of media instructional materials produced by their company. Responses to this notice shall include the following: (1) company name (2) address (3) point of contact (4) phone, fax, and email (5) DUNS number and Cage Code (6) a capability statement (not exceeding 2 pages) that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses adequate functional area expertise and the relevant experience necessary to successfully provide the Servces outlined (7) evidence of experience doing the same type of work. All interested respondents should submit information and any questions by e-mail no later than 2:00 PM Central Standard Time (CST) on February 20, 2011 to: Charles.williamson2@us.army.mil Kathy.Warner@us.army.mil, RICC Attn: Charles Williamson/ Kathy Warner, Bldg 60 - 2nd Floor NW, Rock Island, IL 61299. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the Central Contractor Registration (CCR) (CCR is located on the web at www.ccr.gov). This is for MARKET RESEARCH purposes only. The Government does not commit to providing a response to any information submitted, comment or questions received.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f786255f8efa55766c6fbc3b8e7d5c44)
 
Place of Performance
Address: Rock Island Contracting Center (RI-CC) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN02373215-W 20110206/110204234022-f786255f8efa55766c6fbc3b8e7d5c44 (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.