SOLICITATION NOTICE
R -- Sole Source bridge contract to cover the period of June through November 2006. This contract is for support of USAREUR G3 International Operations Division (IOD) and Arms Control mission.
- Notice Date
- 4/18/2006
- Notice Type
- Solicitation Notice
- NAICS
- 813920
— Professional Organizations
- Contracting Office
- ACA, RCO Seckenheim, Attn: AEUCC-S, Unit 29331, APO, AE 09266-0509
- ZIP Code
- 09266-0509
- Solicitation Number
- W912PE06R0017
- Response Due
- 5/8/2006
- Archive Date
- 7/7/2006
- Small Business Set-Aside
- N/A
- Description
- Objective: To support and advance the business processes of Headquarters, USAREURs International Operations Division through enhanced planning and automation support; provision of on-call political-military expertise on selected countries and region s; integration of arms control reporting requirements; requirements definition through interactive conferences and seminars; and automation of military-to-military (mil-to-mil) activities. Specific Tasks. a. Task 1, Office Automation Support. (1) As directed by IOD, the contactor will provide database management and data input support, to include maintaining the website and existing database software, as well as inputting data required by EUCOM and DA theater security cooperation auto mation systems. The contractor shall provide the following capabilities to support this task: Perform requirements analysis, conceptualize, design and evaluate information management systems to automate IOD staff procedures, arms control reporting requirements, and planning for international military engagement activities. Develop and tailor aut omation programs to support office operations and websites on the unclassified and classified networks using existing Microsoft software suite (Word, Excel, etc.). (2) The contractor shall provide user training and assistance to IOD staff on the operation of existing and contractor developed management tools and databases, including the two websites, Theater Security Cooperation database input, Mil-to-Mil a nd Pol-Mil databases. Contractor assistance shall be made available on-site in the IOD division. Historically, one employee on site with reach-back capability to the company has been sufficient. Additionally, contractor shall perform routine maintenance, troubleshooting and upgrades on its management tools and database to ensure compatibility of its systems with IOD hardware and software for the duration of the contract. b. Task 2, Regional Stability Operations Information Assessments. (a) Contractor will provide planning support for USAREURs programs supporting various theater security cooperation contact programs in accordance with the Vienna Document (99). IOD has recurring demands for political-military, economic and defense program analysis to evaluate the allocation of USAREUR resources to these regional stability operations. The contractor must be able to analyze USAREURs external environment (e.g. political climate, economic and social trends, legislation, custom er demand/expectations, changes and advancements in technology, emerging technology trends, and competitive conditions) to determine its effects and relationship on advancing the goals and direction of USAREUR operations. The contractor must be able to res pond with timely and frequently updated specialized technical military evaluations that can be formatted either into operations plans/orders or electronically transmitted to USAREURs forward support teams and forward deployed Operational Command Posts (OC P). This data will support headquarters functions of managing information and data related to planning and programming future regional stability country outreach programs. As appropriate, data and evaluations developed under this task will be submitted int o appropriate databases developed under paragraph 1a(1), Task 1 above. Historically, this task has been performed by a combination of on-site personnel research efforts and reach-back support. (b) On a task order basis, the Contractor will research and analyze information resources on a country-by-country, regional or subject basis for individual study projects covering the 91 nations within the USAREUR Area of Interest (AOI). Th e Government will provide the specific requirement to the contractor, who will respond with a firm fixed price proposal for that specific requirement. If accepted by the Government, the task order will be fin alized as a firm fixed price order. In order to deliver appropriate products, the contractor must have an understanding of USAREURs regional stability and theater security cooperation (TSC) operations and be able to customize information provided to supp ort ongoing and planned regional stability and TSC operations. Because the military, political climate, legislation, economic and social trends can change with great frequency in many nations in the USAREURs AOI, USAREUR may require specific political-mil itary and individual country expertise to provide pertinent information on an as-needed, as-ordered basis. Due to the volatility of the information contained in country resource projects or specific mission requirements, and often unforeseen changes in USA REUR operational priorities, USAREUR Contracting Officer Representative (COR) will issue such requests as separate, individual task orders. When such products are requested, the Contractor will provide draft copies of each product to IOD for review prior to delivery of final version. c. Task 3, CG USAREURs Annual Strategic Research Program. This program includes the preparation and conduct of workshops, conferences, CG Senior Officer Training, and Officer Professional Development meetings focused on collecting and analyzing data related to the technical military environment in Europe and impact of regional stability operations in the countries within the USAREUR AOI. The CG-hosted annual Conference of European Armies (CEA) focusing on a topic of special interest to the command is central to this research program. Data and analysis resulting from the Strategic Research Program provides USAREUR senior leadership and staff with a better understanding of their complex technical military operating environment, and is integral to USAREU Rs regional stability and TSC operations. (1) The contractor shall prepare and conduct the annual USAREUR-sponsored Conference of European Armies (CEA) on a topic of special interest to the command. The contractor will conduct analysis of USAREURs strategic environment and provide topic recommendations to IOD no later than 1 November annually. The research conference should be planned for 75 persons in Heidelberg, Germany, and includes: Not later than 1 December annually, the contractor will deliver an approach plan containing a proposed conference agenda, a timetable, list of conference subjects, proposed presenters, and proposed invitation list for approval by Headquarters, USAREUR. T his approach plan may also include proposed dates and subject agendas for two smaller but related and/or complementary research workshops. Upon acceptance of the agenda, timetable, list of conference subjects, proposed presenters, and proposed invitation list, the contractor will contact proposed presenters to ascertain their availability and willingness to participate. The contractor shall extend informal invitations to proposed presenters, as appropriate. Formal invitations will be issued by USAREUR. Prepare and distribute appropriate support materials, such as brochures, agenda, conference schedule, administrative and substantive guidelines, and list of attendees. In addition, reproduce and distribute to participants the post-conference CD-ROM prov ided by the Government. Historically, three contractor personnel have supported the execution of the conference on a temporary duty basis; one individual for four weeks and two other individuals for two weeks. Arrange for all conference logistics support, to include transportation, accommodations, meals, dinner/banquet, and on-site support. For each workshop and conference the contractor will plan a reception and meals. In addition, this may include such arran gements as an off-site informal dinner, simultaneous translation service, on-site audio-visual support, and computer support. The costs for these items will be reimbursed separate from the firm fixed price portion of this contract. Develop a written report to be delivered to Headquarters, USAREUR within 60 days of the research conference. The report shall, at a minimum, provide a synopsis of the conference presentations and discussions. Establish and maintain budget and cost control procedures for costs reimbursable by the government as specified in this task, tasks 4 and 5, and as specified in the Special Contract Requirements below. (2) On a task order basis, the contractor may be tasked to conduct one research workshop annually related to the conference described in Task 3(1). The research workshop will be designed by the contractor to prepare for, follow-up, or complement the CEA research conference. For the research workshop, deliverables include items identified in Task 3(1). The research workshop shall be planned for 50 persons for a period of up to 4 days at a location within the USAREUR AOI. Timing, location, and cont ent of the workshops require prior IOD approval. Since costs for the location and logistics support for this subtask are variable (as they are for CEA above), the costs for the logistical support will be reimbursed separate from the firm fixed price for t he basic contract. (3) Cost for research conference/workshop meals are allowable on a reimbursable basis, including government employees on TDY who will be instructed to forfeit reimbursement. Selected senior U.S. government personnel performing a substantive role may have all costs allowable, including air travel, on the basis that they will not apply for any reimbursement. Payment of speaker fees and honoraria to selected key speakers (e.g, retired flag officers and other non-U.S. Government experts performing a s ubstantive role at the conference) is allowable. Costs under these subtasks are variable and, once approved in advance by the COR, are reimbursable separate from the firm fixed price for the basic contract. d. Task 4, Monthly Reports. The contractor shall provide monthly cost and technical status reports of work in progress. Review of status of tasks including problems and corrective action taken/recommended will be addressed. The costs portion of the report will provide a list of obligations incurred for items reimbursable by the government under this contract, as well as a projection of such costs for the remainder of the contract year. These reports will be provided by the 15th day of each month to t he Contracting Officer Representative (COR) and will cover the activities of the previous month and anticipated work of the next month. In addition, the contractor shall provide a separate budget status report directly to the COR when 75% of the budget is obligated; this report shall be submitted within two weeks of obligating 75%. e. Task 5, In-Progress Reviews. The contractor project manager shall meet with the COR and IOD personnel on a semi-annual basis to review contractor performance, costs and budget status during the proceeding six-months and identify any adjustments o r modification in the statement of work and budget necessary to accomplish activities planned for the coming six month period. In addition, the project manager shall be responsive to the COR 24 hours a day, every day of the contract. For urgent requests, the project manager shall respond to COR verbal or telephonic messages within 8 hours of the COR calling the contractors designated 24 hour response line. For routine matters, the project manager shall respond to the COR within one duty day. 4. Place of Performance. Services shall be performed Headquarters, U.S. Army Europe, 168 Roemerstrasse (Campbell Barracks), D-69126 Heidelberg, Germany. Historically, two contractor personnel have been assigned to G3-IOD Headquarters, USAREUR on an annua l basis.
- Place of Performance
- Address: ACA, RCO Seckenheim Attn: AEUCC-S, Unit 29331, APO AE
- Zip Code: 09266-0509
- Country: EU
- Zip Code: 09266-0509
- Record
- SN01030209-W 20060420/060418221004 (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 |