SPECIAL NOTICE
R -- Law Enforcement Professional Support Services
- Notice Date
- 3/23/2018
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W91CRB ) Division D, 6515 Integrity Court, Building 4310, Aberdeen Proving Ground, Maryland, 21005-3013, United States
- ZIP Code
- 21005-3013
- Solicitation Number
- W91CRB-EXTEND-LEP
- Archive Date
- 5/8/2018
- Point of Contact
- Tara L. Casey, Phone: 4102780863, Jaclyn A Harris,
- E-Mail Address
-
tara.l.casey.civ@mail.mil, jaclyn.a.harris.civ@mail.mil
(tara.l.casey.civ@mail.mil, jaclyn.a.harris.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 18 months on a sole source basis with a surge option to accommodate expected increases. This will allow performance to continue until 30 June 2019 with an option to continue to 31 December 2019 to support Operation Resolute Support in Afghanistan for the United States Army. A new competitive contract for these services will be competed while this extension is in place. 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 is 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. forces to 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 setup of a Country Management Team in Afghanistan and the current requirement for the recruitment and training of 58 LEPs. Bringing back the current OCONUS personnel and redeploying 58 personnel to Afghanistan will be costly. The administrative costs of issuing Letters of Authorization, obtaining clearances, processing personnel through Fort Bliss, issuing equipment, and processing arming documents are substantial, as are reprocurement costs. 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 be considered solely for the purpose of determining whether to conduct a competitive procurement for this extension. A new contract will be competed for this effort and begin full performance in January 2020. Responses relating to this extension must be received by 10:00 AM local time on 23 April 2018. Responses should be sent to Tara Casey at tara.l.casey.civ@mail.mil and should include information about experience and corporate resources to indicate capability of providing these specialized services in a combat zone starting 01 July 2018.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/55463518b0af7c4d9e4f1131f6bab201)
- Record
- SN04865701-W 20180325/180323231712-55463518b0af7c4d9e4f1131f6bab201 (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 |