SOLICITATION NOTICE
R -- Homeland Security, Homeland Defense Civil Support
- Notice Date
- 1/31/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- National Guard Bureau, Contracting Support, ATTN: NGB-AQC, 1411 Jefferson Davis Highway, Arlington, VA 22202-3231
- ZIP Code
- 22202-3231
- Solicitation Number
- W9133L-05-HSCS
- Response Due
- 2/15/2005
- Archive Date
- 4/16/2005
- Point of Contact
- brenda.golden, 703-607-0983
- E-Mail Address
-
National Guard Bureau, Contracting Support
(brenda.golden@ngb.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested from GSA Holders Only and no formal or written solicitation will be issued. W9133L-05-HSCS is issued as a request for Proposal (RFP) and will result in a firm fixed-price contract. Award will be made on a Best Value basis. Provision s and clauses incorporated in Solicitation W9133L-05-HSCS are those in effect through Federal Acquisition Circular (FAC) 2001-04. The contractor shall provide a highly trained and experienced SMEs in military, personnel requirements, logistics, training, operational systems integration, special purpose plans, management activities, as they relate to homeland security, homeland defense, civil support, force development, force protection, military doctrine, consequence management and strategic plans, personn el, grade, military/civilian/contractor mix, Military Occupational Specialty (MOS) or Air Force Specialty Code (AFSC) or civilian career field, skill level/pay grade, regional orientation/specialty including language speaking/reading levels, if linguistic skills are necessary, and other technical skill requirements particularly with and for the National Guard. The contract shall provide a program manager possessing the following minimum professional qualifications: development of technical studies for mil itary support organizations personnel requirement, at least 5 years experience encompassing National Guard, MAJCOM, DoD long-range and strategic planning; a current secret or higher security clearance. The Program Manager is responsible for execution of q uality assurance, adherence to contract terms, staff qualifications, staff availability, and deliverables for government approval. Provide technical advice and comments, briefing aids, and information and other papers on military support policies, regulat ions, and plans, including but not limited to the National Guard role in Homeland Security, Homeland Defense and Civil Support. This requirement may apply across U.S. government and interagency operations, plans, and policy or may be focused on the functi ons within NGB and the Military Departments and assistance across the HLS/HD/CS paradigm: Plan, Prepare, and Apply Resources. The responsibility for completing the assigned tasks shall reside with the contractor. Non-personal services shall be provided w ithin the framework of the activities described herein and provide support services authorized by the Government needed to accomplish tasks that cannot be accomplished by NGB because of time constraints and/or unavailability of technical expertise. The co ntract shall define the techniques and procedures for military support in response to US domestic events, in particular those relating to National Guard forces and support the development and coordination of alternative organizational/personnel requirement s for military support for National Guard organizations. Perform studies, analyses, and project management tasks to support the Consequence Management Integration Program, NGB's roles therein, and related SCA activities at the state level. DELIVERABLES : All deliverables must meet professional standards and meet the requirements set forth in contractual documentation. The contractor will be responsible for delivering all end items specified. In the absence of other agreements negotiated with respect t o time provided for government review, deliverables will be inspected and the contractor notified of the clients findings within 5 workdays of delivery. The following items are deliverables which fall within the scope of this task and which are illustrat ive of the type of work the Government expects to order. Reports. In addition to the following reports technical proposal, cost proposal, monthly progress, tr ip conference report, technical report, provide resource management, organization and guidance and meeting attendance, follow-on formal brief for VCSA, coordinate force design update and coordinate personnel issues integrated process team, additional repo rts may be requested as deemed necessary PLACE OF PERFORMANCE: Duration of this task is 12 months with four (4) option years. The location of the Homeland Security, Homeland Defense and Civil Support will be performed at the following on-site location(s): Jefferson Plaza One and the Army Natio nal Guard Readiness Center, Arlington VA and other locations as directed by the client. Government office space, office supplies, computer equipment, telephone, and reproduction facilities will be provided for work conducted at the governments facility. CONSTRAINTS: Hours of Work: Contractor personnel are expected to conform to normal client duty hours (generally 0800-1700, Monday-Friday, excluding Federal holidays.) Hours may be extended to meet contingency needs. TRAVEL: Actual expenses are limited by the Government travel Regulations and travel must be pre-approved by the client. The contractor shall furnish the necessary qualified personnel, resources and materials, and will be required to travel in Continental United States (CONUS) and Outside Co ntinental United States (OCONUS). EVALUATION CRITERIA: Proposal will be based on the following: Factor I- Technical/Management, Sub factor 1- Knowledge/Experience Requirement, Sub factor 2 Program Management, Factor II- Past Performance Evaluation fo r this factor will be based on results from customer surveys on the same or similar projects. The following sub factors are in descending order of importance. Provide past performance information at least 5 years, previous joint experience, ARNG/ANG For ce, army/air force and federal government. Factor III Price. Factor I- Technical Management is more important than Factor II. Factor I and Factor II are significantly more important than Factor III- Price. Sub-factors 1-2 are of equal importance. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items; 52,212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and C onditions Required to Implement Statutes or Executive Orders-Commercial Items; and DFARs 252.212-7001 Contract Terms and Conditions Required to Implement Statutes and Orders Applicable to Defense Acquisitions of Commercial Items shall apply to this solicit ation. Please submit with your quote a complete copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items. All quotes will be evaluated on price and deliverable. The Government will award a contract to the responsible offeror whose offer is conforming to the solicitation and will be most advantageous to the Government. The FAR clauses may be view at http://farsite.hill.af.mil Contractors submitting quotes must be enrolled in the Central Contractor Registration Program (CCR). The closing date for this solicitation will be 15 February 2005, 2:00 PM Eastern Standard Time. Late quotes will not be accepted. Your quote shall be submitted in writing to brenda.golden@ngb.army.mil. This notice does not obligate the Governme nt to award a delivery order for the subject lines. The Government shall not be obligated to pay for any information developed and/or furnished by potential sources in response to this notice. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/NGB/DAHA90/W9133L-05-HSCS/listing.html)
- Place of Performance
- Address: National Guard Bureau, Contracting Support ATTN: NGB-ZC-AC, 1411 Jefferson Davis Highway Arlington VA
- Zip Code: 22202-3231
- Country: US
- Zip Code: 22202-3231
- Record
- SN00743181-F 20050202/050131212114 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |