Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
MODIFICATION

R -- Operations Center - Iraq

Notice Date
7/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1JOPERATIONSCENTER
 
Response Due
7/24/2014
 
Archive Date
9/15/2014
 
Point of Contact
Kent D. Braden, 309-782-1713
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(kent.d.braden.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is a sources sought notice being used to conduct market research. The U.S. Government (USG) is seeking vendors with the capability of providing administrative support services for Operation Centers (OPSCEN). These services include but not limited to human resources selection, administrative support to the Security Assistance section, and operational and technical support to the operations section. The purpose of these required support services for the OPSCEN is provide the skills necessary to make each of these sections operate for staff coordination, record keeping, written and electronic correspondence, events and activities, and facilitating the Mission Update Briefing to the Chief, Office Security of Cooperation-Iraq (OSC-I). The contractor shall provide all planning, mobilization, demobilization, contract oversight, management, and supervision of required personnel necessary to provide the services required in accordance with the draft Performance Work Statement. It is the Government's intent to supply all necessary equipment to perform the duties listed under this draft PWS. However, should additional equipment be needed, it may be acquired by the contractor under the Cost Reimbursable CLIN designated for this purpose after approval from the Government. OPSCEN contract personnel will primarily work on the U.S. Baghdad Embassy Compound (BEC) in Baghdad's International Zone (IZ); however their duties may take them to other Department of State (DoS) locations in Iraq such as the Baghdad Diplomatic Support Center (BDSC) or the Consulates in Basra or Erbil. The projected period of performance will be a 12-month base period and two (2) twelve (12) month option periods. No Solicitation will be issued at the time and the PWS for this sources sought announcement is purely in draft form and may be different should a solicitation result. Participation in this effort is strictly voluntary with no cost or obligation to be incurred by the USG. The USG will in no way be bound to this information if any solicitation is issued as a result of this sources sought announcement. Notice to contractors: All contractors who provide goods or services to the Department of Defense must be registered in the System for Award Management (SAM). To register in SAM go to: https://www.sam.gov/portal/public/sam. Questions regarding this sources sought should be directed to Kent Braden at kent.d.braden.civ@mail.mil and must be received by 2 PM, Central Time 23 July 2014. Please reference your company name and requirement name in this sources sought in the subject line of email. UPDATE: A capability statement may be submitted at prospective vendor expense in response to this sources sought announcement. The capability statement should outline examples of the following: a. Past or relevant experience per draft PWS b. Efforts to reduce costs associated with similar efforts in the past and quantative results of those cost-reduction efforts c. Experience with mobilizing personnel into Iraq d. Experience with obtaining Visa's, expediting, timelines for obtaining Visa's (Ex: Number of days-months) and experience with working with the Government of Iraq e. Please identify your SBA certified business size/NAICS codes as well as any socio-economic designations your firm has received The following is a suggestion for submitting your Capability Statement: 1. The capability statement should not exceed ten (10) pages in length, not including cover page 2. The cover sheet should include the solicitation number (W52P1JOPERATIONSCENTER), company name, CAGE Code, DUNS, address, current facility clearance, small business status including any applicable socio-economic category, technical point of contact with email address and phone number. 3. No cost or pricing information should be provided. 4. Responses will be considered privileged commercial information and protected from disclosure under exemption (b)(4) of the Freedom of Information Act. Responses will not be shared outside the U.S. Government and U.S. Government Support Contractors. The Capability Statement can be emailed to Kent Braden at kent.d.braden.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7a83067f329cdd9322e71798a0a838de)
 
Place of Performance
Address: U.S. Baghdad Embassy Compound Baghdad International Zone Baghdad IQ
Zip Code: 10001
 
Record
SN03428925-W 20140719/140717235601-7a83067f329cdd9322e71798a0a838de (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.