SOURCES SOUGHT
R -- Air Force South (AFSOUTH) Air Operations Coordination Cell (AAOCC)Support
- Notice Date
- 7/24/2013
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY13RA009
- Response Due
- 7/26/2013
- Archive Date
- 9/22/2013
- Point of Contact
- Hanh Dinh, 703-704-0856
- E-Mail Address
-
ACC-APG - Washington
(hanh.t.dinh.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Contracting Command - APG (Belvoir Division) (ACC-APG (Belvoir)) on behalf of the US Army CECOM ESA Directorate's Air Force South (AFSOUTH) Air Operations Coordination Cell (AAOCC), located in Bogota, Colombia intends to negotiate a Firm fixed Price (FFP) Bridge Contract with ManTech Sensor Technologies, Inc, 4696 Millennium Drive, Belcamp, Maryland, 21017-1555 on a non-competitive basis per FAR 6.302-1, Only One Responsible Source will satisfy agency requirements without incurring unacceptable delays in fulfilling agency's requirements. The Bridge contract is to continue the current performance from 6 August 2013 to 27 September 2013 with one option period from 28 September 2013 to 31 December 2013 and has an estimated value of $790,000.00. The Bridge Contract is to provide support the AAOCC that is currently being performed under Contract Number W15P7T-06-D-E403, Task Order BD01 with an expiration date of 5 August 2013. This effort supports the AFSOUTH requirement to provide communications from the Colombian Air Operations Center (CCOFA) to U. S. Government (USG) air assets conducting counter-drug (CD) operations in Colombian airspace and coordinates for any deviations from approved flight plans with CCOFA. The support also assists in the coordination of diplomatic clearance for U. S. government air assets conducting CD activities in Colombian air space and provide other support as required to support the counter narcotics air operations mission. A competitive solicitation will be posited to the Rapid Response 3rd Generation Indefinite Delivery Indefinite Quantity (IDIQ) Contract issued by APG-Aberdeen Proving Ground, Maryland. This bridge effort will fill the gap until the new contract is competed and awarded by APG-Aberdeen Proving Ground. INSTRUCTIONS TO COMPANIES All responsible sources other than ManTech who can meet this bridge requirement including the 6 August 2013 start date, without a transition period, may submit a statement of qualifications which shall be considered by the agency. All respondents must be fully staffed with SECRET/TOP SECRET personnel and be ready to perform as of 6 August 2013 start date. Reference: W909MY-13-RA009 Any response to this notice must show clear and convincing evidence that they can meet the Army's schedule and that competition for the bridge effort would be advantageous to the Government. The AFSOUTH requires one person with bilingual skills to serve as the AAOCC Chief. That contractor shall oversee the operations, equipping and training of the AAOCC and should be an experienced Air Battle Manager. As the AAOCC Chief, the contractor shall: oversee the operations of the AAOCC, coordinate the activities of all AAOCC contractor personnel to ensure the accomplishment of the mission, and ensure that Standard Operating Procedures (SOPs) are established and that they follow procedures approved by the MILGP, AFSOUTH and Joint Interagency Task Force-South (JIATF-S). This position requires a Secret clearance. AFSOUTH also requires four Watch Officers to support AAOCC Operations. The contractors shall work in Government facilities provided by the MILGP or in Host Nation facilities. The contractors shall directly support the DET 5 / 474 EOSS Commander and the Det 5 / 474 EOSS Director of Operations' mission requirements. The team shall support the CCOFA and operate Satellite Communications (SATCOM) radio equipment on a flexible schedule to facilitate operations. The Watch Officers shall maintain a log of all activities taken during operations and shall make these logs available upon request. The Watch Officers shall directly assist the Defense Attach Office (DAO) in obtaining entry/exit permission for USG aircraft operating in Colombia. The Foreign Clearance Guide, in effect, makes the AAOCC the single point of contact (POC) for all USG aircraft operating in Colombia by directing aircrews to contact them in case of any difficulty. This direction requires flexibility and a comprehensive knowledge of Host Nation regulations and aircraft procedures. The Watch Officers shall assist in obtaining landing permission for DoD intra-theater airlift missions and intra-Colombia Operational Support Airlift Command (OSACOM) and DAO C-12 missions. The contractors shall coordinate air movements with the Host Nation and obtain the proper permissions and react to changing requirements as the situation dictates. The Watch Officers may be required to assist with the MILGRP Force Protection requirements. These positions require a SECRET clearance. AFSOUTH also requires one Mission Support Planner who shall directly support the Det 5 / 474 EOSS Commander's mission requirements. The contractor shall be knowledgeable of air operations, air battle management, and familiar with Combined Air Operations Center (CAOC) and AAOCC Watch Controller processes and procedures. The planner shall coordinate and integrate USG air operations and required mission support on behalf of AFSOUTH with Colombian Military (COLMIL) operations. This position requires a TS/SCI clearance. AFSOUTH requires one Assistant Director of Operations (ADO) who shall be knowledgeable of air operations, air battle management and familiar with AFSOUTH CAOC and AAOCC Watch Controller processes and procedures. The Assistant Director of Operations shall coordinate and integrate USG air operations on behalf of USSOUTHCOM, AFSOUTH CAOC, JIATF-S and USG Inter-agency with Embassy and Colombian Military (COLMIL) operations. The contractor shall advise the CAOC of Ambassador and MILGRP priorities that may impact AFSOUTH air operations. This position requires a TS/SCI clearance. The AFSOUTH also requires an Intelligence Integration Team (IIT) Operations Officer in Colombia providing direct support to the USSOUTHCOM/J2 (SCJ2) Directorate in implementing and monitoring the USSOUTHCOM's Intelligence Integration Strategy (IIS) for Colombia. The Command's IITs aim to assist Government of Colombia (GOC) efforts to defeat the narco-terrorist threat. The contractor shall monitor the execution of all in-country multi-disciplined/multi-service military intelligence support to the COLMIL; conduct daily coordination with USSOUTHCOM/J2 Deputy Director for Collection (DDC), Theater Intelligence Coordination Division (TICD) as directed by the in-country SCJ2 Intelligence LNO/Intelligence Integration Team (IIT) OIC; and assist coordination between MILGP and COLMIL to develop/maintain a listing of cross-service requirements. This position requires a TS/SCI clearance. All interested companies must provide the below information in their response. The information and the statement of qualifications shall total no more than 10 pages and staffing plan. Name of Company: Address: Point of Contact: Phone Number: Fax Number: Email Address: SUMISSION OF INFORMATION Companies shall submit the information requested above no later than 1500 EST 26 July 2013. Please furnish the above requested information to hanh.t.dinh.civ@mail.mil and rosetta.wisdom-russell.civ@mail.mil. This will not commit the contractor or the Government in any way, or at any time, into entering a contract with any of the specified terms below. This notice does not obligate the Government to award a contract or otherwise pay for information provided in response. The Government reserves the right to use the information provided by companies for any purpose deemed necessary and legally appropriate. Any company responding to this notice should ensure that the response is complete and sufficiently detailed to allow the Government to determine the company's qualification to perform work. This is not a formal Solicitation. No solicitation document is available and telephone requests will not be honored. If no affirmative written response is received, the acquisition will be awarded without further notice. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. If no written responses are received, the requirement will be awarded without further notice. No telephone calls or faxes will be accepted. No solicitation is available. The North American Industry Classification system (NAICS) for this requirement is 541330. No proprietary, classified, confidential or sensitive information should be included in your response. The Government reserves the right to use any technical information received in response to the Presolicitation Notice. Contracting Office Address: ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, fort Belvoir, VA 22060-5863 Place of Performance: Bogota, Colombia
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/fba8751da674b3d17359e0cc77e0b5a2)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN03125928-W 20130726/130724235456-fba8751da674b3d17359e0cc77e0b5a2 (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 |