SPECIAL NOTICE
R -- Sole Source Notification
- Notice Date
- 7/28/2014
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- ACC-APG - Aberdeen Division D, ATTN: AMSSB-ACC-A, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRBLEPEXTENSION
- Archive Date
- 7/28/2015
- Point of Contact
- kim mccarthy, 410-306-0082
- E-Mail Address
-
ACC-APG - Aberdeen Division D
(kimberly.a.mccarthy14.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army intends to extend Engility Corporation contract W91CRB-13-C-0021 by 24 months on a sole source basis. This will allow performance to continue until 31 December 2016, the end of Afghan operations for the United States Army. A Justification and Approval document will be prepared for the extension under the authority of FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Specifically, this extension falls under paragraph (a)(2)(iii)(A) where contracts for the Department of Defense may be deemed available only from the original source for the continued provision of highly specialized services when it likely that award to any other source would result in the substantial duplication of costs that is not expected to be recovered by any competition savings. This contract is for highly trained law enforcement professionals (LEPs) to instruct and facilitate U.S. and Coalition forces understand, identify, target, penetrate, interdict, and suppress criminal-like, insurgent network enterprises and special group criminals. This knowledge is then shared with Host Nation Security Forces. Contractor personnel are classified as LEP 1s and LEP 2s. LEP 1s must have a minimum of 20 years of law enforcement experience with at least 10 years of investigative experience. They must possess specialized investigative experience in the field(s) of gang control/suppression, organized crime, controlled substance organizations, international money laundering, counter terrorism and/or public corruption. In addition, LEP 1s must be able to obtain a Top Secret security clearance and have documented experience as supervisors, managers or task force leads in a federal agency, federal task force, state agency or large police department. LEP 2s must possess 10 years of law enforcement experience reflecting the ability to identify and to investigate structure, methods, and behaviors of organized crime networks, gangs, terrorist organizations, drug organizations and/or public corruption. All LEPs must have the mental and physical abilities required to work in Afghanistan for 12 months at a time. If this contract is not extended, there will be a significant duplication of costs. A 90-day transition period would be required to allow for the set up of a Country Management Team in Afghanistan and the current requirement for the recruitment and training of 21 LEPs and a three person country management team. Bringing back the current OCONUS personnel and redeploying 21 personnel to Afghanistan will be costly. The administrative cost of issuing Letters of Authorization, obtaining clearances, and processing arming documents is substantial, as are re-procurement costs. Interested persons may identify their interest and capability to respond to the notice. This notice of intent is not a request for information. However, all capability statements received will be considered by the Government. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses must be sent by 28 August 2014 by 1400 E.S.T to Kim McCarthy at kimberly.a.mccarthy14.civ@mail.mil and should include information about experience and corporate resources to indicate capability of providing specialized services in a combat zone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/07a9e7c21e916f3a6f55725bdbdc51d2)
- Record
- SN03440268-W 20140730/140728235059-07a9e7c21e916f3a6f55725bdbdc51d2 (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 |