SOLICITATION NOTICE
A -- Department of Defense Counter Narcoterrorism Technology Program Office (CNTPO) Program and Operations Support
- Notice Date
- 11/9/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- 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
- W9113M-06-R-0014
- Response Due
- 1/8/2007
- Archive Date
- 3/9/2007
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION SYNOPSIS The U.S. Army Space and Missile Defense Command (USASMDC) has contractual support requirements for the Department of Defense (DoD) Counter-Narcoterrorism Technology Program Office (CNTPO). The contractor(s) will be expected to simultaneously provide servi ces, critical equipment and material in various locations throughout the world. These support services will provide: Technology Development and Application; Training, Operations, and Logistics Support; and Professional and Executive Support. The contract or(s) must be capable of performing across all areas of the requirement. The areas of support services (Technology Development and Application; Training, Operations, and Logistics Support; and Professional and Executive Support) are further subdivided into more specific areas. Technology Development and Application Support pri marily involves ISR counter-drug and counter-narcoterrorism technology. However, other technology such as gamma and x-ray systems, drug sniffing devices or other technology to support the CNTPO mission may be required. Technology Development and Applicat ion Support is subdivided into the following areas: Research and Development; Technology Insertion, Systems Integration and Systems Engineering; Installation; Hardware and Software Fabrication; Test and Evaluation; Certification; and Technical Data Manage ment. The ability to develop and implement technology quickly is essential to combat an ever-changing and mobile terrorist and narcoterrorist threat. Training, Operations and Logistics Support is subdivided into the following sub-areas: Operation, Maintenance and Repair; Studies and Analyses (other than R&D); Incidental Construction; Painting, Coating, Sealing and Preservation; Publications; Logistics Support Analyses; Logistics Support and Equipment; Preservation, Packing and Marking; Training; Conveyance Purchase, Refurbishment, Leasing, Operation, and Support (Aircraft, Vehicles, and Vessels); Security Services; and Weapons. Examples of Training, Op erations and Logistics Support include, but are not limited to, the following: security force training for border police in Afghanistan; air crew training for Columbia; leasing armored vehicles for security forces training in Afghanistan; and building a f iring range for training in Afghanistan. All of these sub-areas support the logistics and implementation of the CNTPO program and operations. Professional and Executive Support is subdivided into the following sub-areas: Professional, Management, Administrative and Program Support; Information Operations and Public Affairs; Information Technology and Communications Network Development and Deplo yment; and Material and Equipment Purchase. Examples of Professional and Executive Support include, but are not limited to, the following: administrative support for COCOMs; strategic public relations support to senior government officials in Afghanistan and Columbia; geographic information system support in Columbia; and the purchase of boots for counter narcoterrorist police in Afghanistan. The estimated program value of the DoD Counter Narcoterrorism Technology Program Office (CNTPO) Program and Operations Support Acquisition is $100M 300M per year. The Government estimates the resulting contracts place of performance to be 93% outside the continental United States (OCONUS). The Government estimates the areas of support services to be divided according to the following percentages: 17% Technology Development and Application; 80% Training, Operations, and Logistics Support; and 3% Professional and Executive Support. Due to the highly adaptive nature of the enemy and the need to take advantage of short windows of opportunity, equipment and services are frequently required on short notice. Contractor(s) will be expected to provide support within short time constraints in various locations throughout the world. The NAICS code for this effort is 541710/1000 employees. This acquisition will not be open to participation by foreign firms at the prime contractor level. The Government anticipates awarding up to five (5) contracts using the procedures described below to satisfy this requirement. Specifically, the evaluation and selection of awards will be accomplished in two phases. In the first phase, each proposal will be evaluated in accordance with the criteria announced in the solicitation (and as stated in the source selection plan) using b est value full and open competition procedures. Up to four (4) of the most highly rated offerors placed in the competitive range without regard to business size will be selected for award. In the second phase, the Government will determine if a small bus iness concerns proposal was selected for an award in the first phase. If one or no small business concern proposal was selected for an award in the first phase, then the Government will review the small business concern proposals that remain in the compe titive range and award one (1) contract reserved for a small business concern (based on best value). If two or more small business concern proposals were selected for award in the first phase, then the Government will review all offerors (both large busin esses and small business concerns) that remain in the competitive range and select one (1) for award (based on best value). If no other small business concern proposals remain in the competitive range after phase one then the Government reserves the right to make an additional award to a large business offeror remaining in the competitive range. Unless an exception to the IDIQ task order fair opportunity process applies, all awardees regardless of business size will be eligible for (and given the opportunity to compete for) task order requirements. Specific performance requirements will be set fo rth in the task orders issued under the contract(s). The Government does not intend to limit either the number or types of teaming arrangements (created by the affiliation of small businesses to form a prime contractor) or subcontract arrangements entered into by the potential offerors (i.e., any given contr actor could propose as a prime contractor as well as participate as a subcontractor on one or more other proposing teams). Further, subject to responsible contracting officer approval, the Government does not intend to impose any undue restrictions on tea m membership after award. However, only one (1) proposal per prime contractor is authorized. The expected release date of the final RFP is on or about 30 November 2006 with proposals due on 8 January 2007. Schedules will be posted and updated on the USA SMDC website site identified below. Additional information, as well as the RFP and any draft material when released will be available at the SMDC Website, HYPERLINK http://www.smdc.army.mil/Contracts/Contracts.html. NO PAPER COPIES OF THE RFP WILL BE PRO VIDED NOR IS A MAILING LIST BEING MAINTAINED FOR THIS ACQUISITION AS THE RFP WILL BE POSTED ON THE ABOVE WEBSITE ADDRESS. Questions or correspondence should be directed to Joe Cloft, Contract Specialist, via email (joseph.cloft@smdc.army.mil) or via fax ( 256) 955-4240 and reference the RFP number W9113M-06-R-0014.
- Place of Performance
- Address: US Army Space and Missile Defense Command, Deputy Commander ATTN SMDC-CM-AP, P.O. Box 1500 Huntsville AL
- Zip Code: 35807-3801
- Country: US
- Zip Code: 35807-3801
- Record
- SN01179264-W 20061111/061109221030 (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 |