Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2011 FBO #3540
SPECIAL NOTICE

99 -- SPECIAL ANNOUNCEMENT

Notice Date
8/2/2011
 
Notice Type
Special Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
W9113MCNTPO
 
Archive Date
10/31/2011
 
Point of Contact
Rasheba Kincey, 256-955-5905
 
E-Mail Address
US Army Space and Missile Defense Command, Deputy Commander
(rasheba.kincey@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Space and Missile Defense Command/Army Forces Strategic Command (USASMDC/ARSTRAT) Contracting and Acquisition Management Office (CAMO), in support of the DoD CNTPO, awarded five prime contracts to provide the necessary goods and services required by DoD CNTPO to support CN/CNT missions of DoD, OGAs, partner nations and State and local authorities. These contracts were omnibus type arrangements, under which the prime contractors were required to satisfy the entire scope of work. The ordering date for these contracts ends 23 August 2012. The following attachments are provided in this annoucement: ATTACHMENT 1- Current Scope of Work ATTACHMENT 2- Training ATTACHMENT 3- Operations and Logistics ATTACHMENT 4- Program Support ATTACHMENT 5- Command, Control, Communications, Information, Detection & Monitoring (C3IDM). The purpose of this announcement is to advise prospective prime contractors that the Government intends to execute a follow-on procurement. For purposes of market research, the Government is seeking to gain information regarding the capabilities, capacity and qualifications of interested prime contractors. THIS IS NOT A REQUEST FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED BASED UPON INFORMATION GAINED FROM THIS INFORMATION EXCHANGE SESSION. The Government has not formalized an acquisition strategy, there is no solicitation, and there is no other information available at this time. Other than information provided herein, no other information is available, and no other responses or inquiries will be accepted. OVERVIEW OF REQUIREMENTS: This acquisition is for critical services and procurements in support of the Department of Defense Counter Narco-Terrorism Program Office mission to disrupt, deter, and defeat the threat to national security posed by illicit trafficking in drugs, small arms and explosives, precursor chemicals, people, and illicitly-gained and laundered money. Support shall be provided in the following major functional areas: Training; Operations and Logistics; Program Support; and Command, Control, Communications, Information, Detection & Monitoring (C3IDM). Within these broad functional services definitions, are requirements for operations & logistics, minor construction, and provision of materials and end-items. Notional scopes of work for each of these functional areas is provided as Attachments 2 through 5 respectively. Type of Contract: The Government contemplates the execution of each functional area as a MAIDIQ arrangement. Up to four awards are contemplated under each functional area. The Government contemplates the establishment of pricing matrices from which the price for task orders will be based. Maximum labor rates, maximum indirect rates and maximum profit/rates will be included in the pricing matrices. The type of task order will be established at the task order level and will be based upon the nature and complexity of the instant requirements. It is contemplated that firm, fixed price (FFP), cost-plus-fixed-fee (CPFF), fixed price with reimbursable travel and Defense Base Act (DBA) insurance and hybrids thereof will be employed. The term of each MAIDIQ will be a five-year ordering period, commencing on or about 1 June 2012. Estimated MAIDIQ ceiling: A shared ceiling will be established for each functional area MAIDIQ. The value of that ceiling is TBD at this time. Contemplated NAICS Codes: Training - NAICS 611430, size standard $7M Operations and Logistics - NAICS 561990, size standard $7M Program Support - NAICS 561990, size standard $7M Command, Control, Communications, Information, Detection & Monitoring (C3IDM) - NAICS 541330, size standard $27M Inherent in the execution of these scope of work are the following. This information is preliminary and further information/details will be provided in a published Request for Proposals (RFP). 1.The Contractor will be required to provide these goods and services at CONUS and OCONUS locations and must plan accordingly, to include but not be limited to insurance, security, ITAR, export compliance, shipping and logistics. These requirements are worldwide; however, the primary regional areas of interest include Central and Western Asia, Sub-Sahara Africa, and Central and South America. 2.The Contractor must consider the requirements for delivering goods and services to remote and austere locations worldwide. 3.Support may be required either as temporary duty (TDY) non-local travel or on-site support at destinations, which include both CONUS and OCONUS locations, to include possible deployment to theaters of operations/war zones. Personnel arming requirements are possible. 4.Certain contractor personnel will be required to possess TOP SECRET/Sensitive Compartmented Information (SCI) CLEARANCE and/or be eligible for immediate adjudication by the cognizant security authority upon award of the contract. Future requirements for SCI-eligible personnel will be identified in individual task orders. The contractor shall have or be able to obtain a Top Secret "Facility Clearance" and shall possess "Safeguarding Capabilities." Some task orders issued under this contract may require access to, and clearance for, Special Access Programs (SAPs) up to and including the TOP SECRET/SCI level. Some task orders will require access to Sensitive Compartmented Information (SCI). The contractor shall perform in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220.22M) and ensure that all classified material is handled in accordance with the latest appropriate security classification specifications. For task orders requiring TS/SCI clearance, foreign participation will not be allowed at the prime or subcontract level. 5.Performance of this anticipated effort will be subject to Organizational Conflict of Interest (OCI) provisions (see FAR Subpart 9.5) at the prime and task order level. Firms performing directly or indirectly in a prime contractor, subcontractor at any tier, or consultant capacity on any program funded or managed by the Office of the Deputy Assistant Secretary of Defense for Counternarcotics and Global Threats (DASD-CN>), or programs funded or managed in conjunction with U.S. Africa Command (AFRICOM), U.S. Central Command (CENTCOM), U.S. European Command (EUCOM), U.S. Northern Command (NORTHCOM), U.S. Southern Command (SOUTHCOM) may be precluded from participation in this contemplated acquisition, dependent upon whether actual or perceived conflicts of interest can be mitigated. Furthermore, any awardee under this contemplated acquisition that provides support under an individual task order to a system or program managed by USASMDC/ARSTRAT or other associated air, space, and missile defense organizations, may be precluded from participating as a prime contractor, subcontractor at any tier, or consultant on future acquisitions directly or indirectly involving that system or program. 6.Contractors will be required to comply with ITAR requirements and will be required to export information and material to OCONUS locations. CNTPO ORGANIZATION AND MISSION CNTPO is an acquisition program office working directly in support of the Office of the Secretary of Defense, Deputy Assistant Secretary for Counter Narcotics and Global Threats (DASD-CN>). The mission of CNTPO is to provide acquisition support to the Department of Defense, other Federal agencies, State and local authorities, and partner nation agencies to disrupt, deter, and defeat the threat to national security posed by illicit trafficking in all its manifestations: drugs, small arms and explosives, precursor chemicals, people, and illicitly-gained and laundered money. Working primarily with the Geographic Combatant Commands (GCC), CNTPO performs technical and program management activities as required to convert requirements into contract actions and to ensure Government oversight is maintained throughout the performance of all activities associated with this acquisition. The associated end user community includes agencies such as, but not limited to: (a) the Joint Inter-Agency Task Force South; (b) U.S. drug law enforcement agencies (including the Drug Enforcement Administration & U.S. Customs and Border Protection); and (c) Department of State (including the Bureau of International Narcotics and Law Enforcement Affairs); and (d) individual partner nation agencies with law enforcement authorities. The activities of the DASD-CN> span across the full spectrum of response to the illicit exchange continuum. Since terrorist and militant organizations can easily tap into the transnational illicit marketplace (predominated by illicit drug proceeds) to underwrite their activities and acquire arms and other supplies to conduct insurgent operations, CNTPO must be able to respond to a wide range of acquisition requirements throughout the world and that extend beyond traditional DoD acquisition and contracting scopes. Due to the rapid adaptability of the counter narco-terrorist threat, special federal Government spending authorities are available to the DASD-CN>. Due to political and operational considerations, projects and requirements are usually determined and must be responded to quickly. For existing goods and services, a typical timeline of 60-90 days from requirements identification to award is expected, with accelerated awards possible. INFORMATION REQUESTED: If you believe your firm possesses the technical capability, financial, facility, equipment and personnel resources, and relevant experience/past performance to perform the type of work specified above as a prime contractor, please submit the following information. Responses to this request shall be limited to 30 pages or less, excluding coversheets and/or table of contents, and must be received by 4:00 pm (CST), 15 August 2011. Responses shall be submitted both electronically and in hardcopy format. Hardcopy submissions shall consist of one original and three copies, and shall be forwarded to USASMDC/ARSTRAT, ATTN: SMDC-RDC-AA/Patricia Ashley, Bldg 5224/Room 1-E-412, Huntsville, AL 35898. Electronic submission shall be sent to patricia.c.ashley@smdc.army.mil. Again, this announcement is being used solely to gather market research information. This is not a request for proposals nor will technical capability statements be considered a proposal. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. 1.Company name and mailing address. 2.Proposed role in this anticipated acquisition. 3.Point of contact (name, telephone number, and e-mail address). 4.Socio-economic status under the following NAICS (e.g., other than small business, small business, small disadvantaged business, woman-owned small business, veteran-owned small business, service disabled-veteran owned small business, etc.). 5.Current number of employees. 6.Average annual revenue for the past 3 calendar years. 7.Contractors may submit capability for one or more (to include all) of the functional areas, but each must be addressed separately. Indicate any potential teaming arrangements contemplated. 8.Identify the percentage of work that you, as a prime contractor, are capable of performing in each major technical function for which you are capable. If you are a small business or joint venture of small businesses under the above NAICS codes, discuss how your firm will meet the requirements that at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime contractor. 9.Discuss your capability to perform under each of the technical functional area(s) that your firm is interested in. Disclose the portion of the functional area that you DO NOT have past experience in. 10.Provide a brief summary of your company's experience and past performance within the past 3 years as a prime contractor as it relates to the magnitude and scope of the anticipated requirement. Emphasis shall be placed on your past experiences with large task/delivery order acquisitions in a competitive, multiple-award environment and which involved the management of a large pool of subcontractors/team members. Each experience provided (Government or commercial) shall include the following information: (a) name of project, (b) brief description of project, (c) contract or project number, (d) contract type, (e) client/customer point of contact (name, address, phone number, e-mail address), (f) dollar/ceiling value of the contract/project, (g) period of performance of the contract/project, (h) relevance of contract/project to requirements of this anticipated effort, (i) total number and magnitude of task orders (dollar value, duration, etc) awarded to you under the contract; and (j) total number (delineated by business size) of subcontractors/team members managed by you under the contract. 11.Discuss your firm's financial capacity to prime this effort. Discuss your financial ability to support an effort of this size and scope, considering that payments may be as much as 90-120 calendar days in arrears of actual performance on multiple task orders. 12.Discuss the type and number of facilities that are currently available and would be proposed to be used to satisfy the scope of work (describe the type of facilities, capacity, capabilities and equipment, facilities clearance level, etc), as applicable. 13.Identify any real or potential organizational conflicts of interest that your firm may have regarding your status as a prime contractor, subcontractor at any tier, or consultant on any program funded or managed by the Office of the Deputy Assistant Secretary of Defense for Counternarcotics and Global Threats (DASD-CN>), or programs funded or managed in conjunction with U.S. Africa Command (AFRICOM), U.S. Central Command (CENTCOM), U.S. European Command (EUCOM), U.S. Northern Command (NORTHCOM), U.S. Southern Command (SOUTHCOM). Address each system and/or program separately and provide your planned approach for mitigating any conflicts. If no real or potential conflicts exist, so state. If your anticipated participation will be that of a small business joint-venture, you must identify each joint venture participant. If participation will be that of a newly formed small business joint venture, provide the information required above for each participant in the joint venture. If you are a small business, and if the Government were to set this (or any portion of this) acquisition aside for small business (either as a 100% set aside or a partial set aside), you would be required to comply with Federal Acquisition Regulation 52.219-14, Limitations on Subcontracting and 13 CFR 125.6 (known as the 50% rule). Rules on affiliation and joint ventures are at FAR 19.101, 13 CFR 121.103, 13 CFR 124.513 and 13 CFR 125.6. Under the 50% rule where the preponderance of support is for services, at least 50% of the cost of contractor performance incurred for personnel shall be expended for employees of the small business prime. The prime contractor must meet this requirement (1) individually, or (2) together with other small business members of a formal joint venture, or (3) together with a small number of small business subcontractors forming an informal joint venture, in which those subcontractors meet the definition of 'ostensible subcontractor' as set forth in 13 CFR 212.103(h)(4). Team members in such formal and informal joint ventures are exempt from affiliation rules under the conditions set forth in 13 CFR 121.103(H)(3). There is no limit to the number of other team subcontractors or size status of subcontractors. INFORMATION REGARDING THIS REQUIREMENT Future information regarding this requirement will be posted to this ASFI/FedBizOpps location, to include draft documents, bidder's library, and formally released documents. Requests for information will not be entertained at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG60/W9113MCNTPO/listing.html)
 
Record
SN02518664-W 20110804/110802235248-449fe99f30298df3f380f6bb69fae267 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.